DOCUMENT
71 -- NTC Office Furniture - NCA Centralized Training Facility - Justification and Approval (J&A)
- Notice Date
- 7/17/2018
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 337211
— Wood Office Furniture Manufacturing
- Contracting Office
- Department of Veterans Affairs;National Cemetery Administation;75 Barrett Heights Road, Suite 309;Stafford, VA 22556
- ZIP Code
- 22556
- Solicitation Number
- 36C78618P0675
- Archive Date
- 8/16/2018
- Point of Contact
- Antionette Collins-Somerville
- Small Business Set-Aside
- N/A
- Award Number
- 36C78618P0675
- Award Date
- 7/17/2018
- Description
- JUSTIFICATION FOR SINGLE SOURCE AWARDS IAW FAR 13.106-1 (OVER MICRO-PURCHASE THRESHOLD($10K) BUT NOT EXCEEDING THE SAT ($250K)) IAW FAR13.104, COs must promote competition to the maximum extent practicable to obtain supplies and services from the source whose offer is the most advantageous to the Government, considering the administrative cost of the purchase. When competition is not practicable, IAW FAR13.106-1(b), COs solicit from a single source for purchases not exceeding the simplified acquisition threshold. COs may solicit from one source if the CO determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization). IAW FAR13.106-3(b)(3),COs are required to include additional statements explaining the absence of competition (see 13.106-1 for brand name purchases) if only one source is solicited and the acquisition does not exceed the simplified acquisition threshold (does not apply to an acquisition of utility services available from only one source) or supporting the award decision if other than price-related factors were considered in selecting the supplier. This template when completed can be used to document single source awards IAW FAR13.106-3(b)(3). Note: Statements such as "only known source" or "only source which can meet the required delivery date" are inadequate to support a sole source purchase. ACQUISITION PLAN ACTION ID: 7678-000006, 7678-000007 1A. PROJECT/TASK No. 1B. ESTIMATED AMOUNT: $10,577.09 2. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED AND THE INTENDED USE: Sole Source procurement for the office systems furniture needed to reconfigure existing furniture in the Tenant Building 56, Jefferson Barracks Division, St. Louis, MO. This acquisition is being conducted under the authority of the 6.302-5(d)(1) entitled Authorized or required by statute, Federal Prison Industries (UNICOR). This is a follow-on procurement to original contract VA255-15-P-4767 / 657-A50584 awarded in 2015. Federal Prison Industries (UNICOR) shall provide all labor, supervision, components, hardware, and necessary parts for proper assembly/installation. The delivery of the furniture shall not exceed 45 days after receipt of order (ARO). 3. UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: Volition Office Systems Furniture is utilized by most if not all VAMCs. It is considered a best value due to its durability and reconfigurability, but there is no standardization between manufacturers and as a result the components from one manufacturer cannot be connected to components from another manufacturer without compromising structural integrity and voiding the warranty. When reconfiguring systems furniture, all components must be from one manufacturer. It is important that acquire additional furniture that has the ability to match the appearance and requirements of the already existing furniture (light colors and streamlined functional designs). 4. DESCRIPTION OF MARKET RESEARCH CONDUCTED AND RESULTS OR STATEMENT WHY IT WAS NOT CONDUCTED: GSA advantage and the UNICOR online catalogs were searched to determine if an SDVOSB vendor offered Volition Office Systems. During, market research it was determined that SDVOSBs on GSA schedule do not offer Volition products. FAR 8.602(a)(1) authorizes supplies and services from UNICOR, if the Contracting Officer has determined that UNICOR products are comparable in terms of price, quality, time and delivery to items available from private sector. It was also determined the FPI items could not be produced or provided by FPI from eligible service disabled veteran-owned small businesses and veteran owned small businesses. This action will be synopsized on the Federal Business Opportunities (FBO) in accordance with FAR 5.301. 5. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Note: COs are required to make a determination of price reasonableness IAW FAR 13.106-3.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618P0675/listing.html)
- Document(s)
- Justification and Approval (J&A)
- File Name: 36C78618P0675 36C78618P0675_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4487128&FileName=-14273.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4487128&FileName=-14273.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618P0675 36C78618P0675_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4487128&FileName=-14273.docx)
- Record
- SN04996045-W 20180719/180717231452-2ced439b1bf16933855be4bb258822a0 (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 |