Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
DOCUMENT

S -- HAZARDOUS WASTE 7/1/17 - 6/30/2018 NTE $75,000.00 - Justification and Approval (J&A)

Notice Date
4/25/2018
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422
 
ZIP Code
20422
 
Solicitation Number
NA
 
Archive Date
5/20/2018
 
Point of Contact
Delterine Mickey
 
Small Business Set-Aside
N/A
 
Award Number
GS-10F-0074T VA245-17-F-0672
 
Award Date
4/30/2018
 
Description
VHAPM Part 808.405-6 Limiting Sources Attachment 2: Request for Limited Sources Justification Format >$150K VHAPM Part 808.405-6 Limiting Sources Page 1 of 3 Original Date: 08/30/2017 LIMITED SOURCES JUSTIFICATION ORDER >$150,000 FAR PART 8.405-6 Acquisition Plan Action ID: VA245-17-AP-2761 1. Contracting Activity: Department of Veterans Affairs, VISN 5, VA Medical Center, 50 Irving Street, NW- Washington, DC 20422. Description of Action: This acquisition is conducted under the authority of the Multiple-Award Schedule Program (41 U.S.C. 251 and 40 U.S.C. 501). 2. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED AND THE INTENDED USE: The Hazardous Waste Program protects human health and the environment from the hazards of mismanaged waste, helps reduce the amount of waste generated, and ensures that generated wastes are managed in an environmentally sound manner. Facilities that generate, transport, treat, store, or dispose of hazardous waste are regulated to ensure proper management of hazardous waste from the moment it is generated until its ultimate disposal or destruction. 2. This is a modification to cover emergency removal and disposal hazardous material. Order against: x FSS Contract Number: GS-10-F-0672 Name of Proposed Contractor: Environmental Management Services, Inc. Street Address: 1688 E. Gude Drive, Suite 301 City, State, Zip: Rockville, MD 20850 Phone: 301-309-0475 Description of Supplies or Services: The estimated value of the proposed action is $ 75,000. VHAPM Part 808.405-6 Limiting Sources Attachment 2: Request for Limited Sources Justification Format >$150K VHAPM Part 808.405-6 Limiting Sources Page 2 of 3 Original Date: 08/30/2017 (4) IDENTIFY THE AUTHORITY AND SUPPORTING RATIONALE (see 8.405-6(a)(1)(i)(A), (B), and (C) or 8.405-6(b)), 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) An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. 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; In the interest of economy and efficiency, 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. Items peculiar to one manufacturer: 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.) These are direct replacements parts/components for existing equipment. 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. (5) DESCRIBE WHY YOU BELIEVE THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.404(d) TO AID THE CONTRACTING OFFICER IN MAKING THIS BEST VALUE DETERMINATION: GSA has already determined the fixed priced for the service being acquired to be fair & reasonable; GSA has already negotiated fair and reasonable pricing. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: Three additional FSS contractors were reviewed along with the suggested-source; the pricing of the suggested source is the lowest priced and has been determined to be technically acceptable. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: (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: The requirement was originally competed and awarded under a federal supply schedule; therefore this requirement will be available for full and open competition after set aside in the event of future need. (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.) (10) APPROVALS IN ACCORDANCE WITH THE VHAPM Part 806.3 OFOC SOP: a. CONTRACTING OFFICER S CERTIFICATION (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _04/19/2018 Delterine Mickey CONTRACTING OFFICER DATE
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACNAC/VACNAC/NA/listing.html)
 
Document(s)
Justification and Approval (J&A)
 
File Name: GS-10F-0074T VA245-17-F-0672 P00001 GS-10F-0074T VA245-17-F-0672 P00001_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4256376&FileName=GS-10F-0074T-P00001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4256376&FileName=GS-10F-0074T-P00001000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04900374-W 20180427/180425230724-1e7a4d9f1a9d17866ba1c2432227abac (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.