DOCUMENT
J -- Fire Alarm upgrade phase 3 - Justification and Approval (J&A)
- Notice Date
- 8/28/2017
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Veterans Affairs;VAMC;10 N Greene St;Baltimore MD 21201
- ZIP Code
- 21201
- Archive Date
- 8/12/2017
- Point of Contact
- Vanessa Jacobs
- E-Mail Address
-
5-1506<br
- Small Business Set-Aside
- N/A
- Award Number
- GS-07F-217CA VA245-17-F-1272
- Award Date
- 8/7/2017
- Description
- Chapter VI: Other Than Full and Open Competition (OFOC) SOP Attachment 2: Request for Limited Sources Justification Format >$150K OFOC SOP Revision 03 Page 1 of 5 Revision 03 Date: 10/27/2014 LIMITED SOURCES JUSTIFICATION ORDER >$150,000 FAR PART 8.405-6 2237 Transaction # or Vista Equipment Transaction #: 688-17-4-459-0826 This acquisition is conducted under the authority of the Multiple Award Schedule Program. The material or service listed in par. 3 below is sole source, therefore, consideration of the number of contractors required by FAR Subpart 8.4 Federal Supply Schedules, is precluded for the reasons indicated below. Restricted to the following source: Provide original manufacturer s name for material or contractor s name for service. (If a sole source manufacturer distributes via dealers, ALSO provide dealer information.) Manufacturer/Contractor: Siemens Industry Manufacturer/Contractor POC & phone number: Kevin Nowaskey 301- Mfgr/Contractor Address: 6435 Virginia Manor Rd. Beltsville Md. 20705 Dealer/Rep address/phone number: The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY: Department of Veterans Affairs (Visn 5) 50 Irving St N.W Washington DC.20422 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: Provide all labor and parts to upgrade facilities fire alarm life safety system (a) A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY S NEED: GENERAL SCOPE: The Contractor shall furnish and install all labor; tools and materials necessary to replace existing Siemens MXL main fire alarm input/output distribution panel and all remote associated branch panels with new Siemens Fire Finder XLSV addressable automatic fire detection and alarm system. All necessary material, equipment, documents and labor components shall be included to deliver the final product and all other required documentation. (b) ESTIMATED DOLLAR VALUE: $ 383110.73 (c) REQUIRED DELIVERY DATE: 9/21/17 (4) IDENTIFICATION OF THE JUSTIFICATION RATIONALE (SEE FAR 8.405-6), AND IF APPLICABLE, A DEMONSTRATION OF THE PROPOSED CONTRACTOR S UNIQUE QUALIFICATIONS TO PROVIDE THE REQUIRED SUPPLY OR SERVICE. (CHECK ALL THAT APPLY AND COMPLETE) Specific characteristics of the material or service that limit the availability to a sole source (unique features, function of the item, etc.). Describe in detail why only this suggested source can furnish the requirements to the exclusion of other sources. Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized; (FAR 8.405-6(a)(1)(i)(B) A patent, copyright or proprietary data limits competition. The proprietary data is: (If FAR 8.405-6(a)(2)iii before posting. Do not include specific proprietary data. Only mention the type of equipment, procedure, etc. to show that proprietary supplies or services are being procured.) Siemens holds all rights to software on the equipment that is to be upgraded Equipment types: MLX/XLS Cerbrus / Pyrotronics These are direct replacements parts/components for existing equipment. __Equipment is built upon design specifications The material/service must be compatible in all aspects (form, fit and function) with existing systems presently installed/performing. Describe the equipment/function you have now and how the new item/service must coordinate, connect, or interface with the existing system. Fire Life Safety System initiating devices communicate to a centralized network command center The fire alarm control components are being phased out after FY2018 to a more modern system that is more user friendly.The existing control components will no longer be supported by our Fire Alarm Life Safety Contractor therefore creating a major problem when control components fail. This is a life safety issue that has to be addressed. Project will include a replacement of all control components in the existing MXL control panels to new XLSV fire alarm control system that will replace the main fire alarm panel and all existing branch panels that interface with the existing fire alarm network. The new work is a logical follow-on to an original Federal Supply Schedule order provided that the original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures. The original order must not have been previously issued under sole source or limited source procedures. This is the original order and is placed in accordance with applicable Federal Supply ordering procedures An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. The intent of this contract is to ensure that the life safety systems preform properly and are maintained for the support of patients, visitors and employees of the Medical Center. Delay in the awarding of a contract may result in, infections, illness, injury and possible loss of lives. Also, the medical facility would have stopped receiving patients and may have started emergency procedures to move in-house patients to non- VA facilities which would have cost approximately $500K in weekly charges. The contractor had a prior contract with the VAMC, DC and has been working with the FMS staff on other issues. The vendor is already mobilized and has a clear understanding of the requirements needed to provide the services on demand. DESCRIBE WHY YOU BELIEVE THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.4 TO AID THE CONTRACTING OFFICER IN MAKING THIS BEST VALUE DETERMINATION: The anticipated price to the Government is $1383110.73 which is an estimated amount for all services and supplies. I consider the estimated charge to be fair and reasonable based on the type of services being provided and required. DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: Urgent and Compelling- Joint Commission standards require that the medical life safety systems be maintained at all times threw safe working practices. The services are required in order to prevent exposure and/or serious injury, illness, or loss of life and financial damages if patients were placed in Non-VA Facilities. ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: Due to the urgent and compelling nature of the Joint Commission standards that requires medical center life safety systems to be maintained at all times any immediately interruption and or lack of equipment would put patients at risk while attempting to compete the service in an open market competition. (8) A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS THAT LED TO THE RESTRICTED CONSIDERATION BEFORE ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICES IS MADE: All statement above should explain the urgency of this upgrade to the facility life safety system (9) REQUIREMENTS CERTIFICATION: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge. I understand that processing of this limited sources justification restricts consideration of Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4. (This signature is the requestor s supervisor, fund control point official, chief of service or someone with responsibility and accountability.) SIGNATURE DATE NAME TITLE SERVICE LINE/SECTION VAMC DC FACILITY (10) APPROVALS IN ACCORDANCE WITH THE VHAPM, Volume 6, Chapter VI: OFOC SOP: This part if filled out by Contracting Staff as part of the Justification a. CONTRACTING OFFICER S CERTIFICATION (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. CONTRACTING OFFICER S SIGNATURE DATE ______________________________ NAME AND TITLE FACILITY b. Director of Contracting/DESIGNEE: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. SIGNATURE DATE NAME NCO/PCO X Director of Contracting HIGHER LEVEL APPROVAL (Required For orders over $650,000): c. SAO: I certify the justification meets requirements for restricting consideration of Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4. SIGNATURE DATE NAME Director, SAO X d. VHA HCA REVIEW AND APPROVAL (over $650,000 to $12.5 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for restricting consideration of the Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4 NAME DATE VHA Head of Contracting Activity (HCA) e. VA Deputy Senior Procurement Executive Approval ($12.5 million not to exceed $50 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for restricting consideration of the Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4 C. FORD HEARD DATE Deputy Senior Procurement Executive (DSPE) f. VHA Senior Procurement Executive Approval (over $50 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for other than full and open competition. JAN R. FRYE DATE Deputy Assistant Secretary Office of Acquisition and Logistics Senior Procurement Executive (SPE)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0b423530bb453e7777ca71dd92445ad0)
- Document(s)
- Justification and Approval (J&A)
- File Name: GS-07F-217CA VA245-17-F-1272 GS-07F-217CA VA245-17-F-1272_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3760205&FileName=GS-07F-217CA-007.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3760205&FileName=GS-07F-217CA-007.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: GS-07F-217CA VA245-17-F-1272 GS-07F-217CA VA245-17-F-1272_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3760205&FileName=GS-07F-217CA-007.docx)
- Record
- SN04650402-W 20170830/170828232328-0b423530bb453e7777ca71dd92445ad0 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |