AWARD
R -- EMERGENCY - UNARMED SECURITY - 578 CBOCS - POP 09/01/2022 THRU 02/28/2023
- Notice Date
- 8/2/2022 8:13:08 AM
- Notice Type
- Award Notice
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25222Q0780
- Archive Date
- 09/01/2022
- Point of Contact
- Michelle R Klug, Contract Specialist, Phone: 224-610-3248
- E-Mail Address
-
michelle.klug2@va.gov
(michelle.klug2@va.gov)
- Award Number
- 36C25222P0949
- Award Date
- 08/02/2022
- Awardee
- REDCON SOLUTIONS GROUP LLC SAVANNAH 31411
- Award Amount
- 169979.80000000
- Description
- Last Updated: 02/01/22 Page 1 of 1 DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K) Acquisition Plan Action ID:36C252-22-AP-3984 Contracting Activity: Department of Veterans Affairs, VISN 12, HINES VA Medical Center, 5000 S 5th Ave, Hines IL 60141. 2237# 578-22-4-5081-0922 Brief Description of Supplies/ Services required and the intended use/Estimated Amount: The Hines VAMC CBOCS currently has a urgent need for Unarmed Security Services for the following CBOC locations: Aurora CBOC, Hoffman Estates CBOC, Joliet CBOC, Kankakee CBOC, La Salle CBOC and Oaklawn CBOC. The estimated cost for this 6 month service is: $169,979.80. Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: Unarmed security guards are needed for each location of the above listed CBOCs. The primary reasons for elevating this procurement is due to the need of increased security measures in response to recent violence in the CBOCS locations. Specifically, incidents have occurred at the CBOCs in which staff and Veterans were either threatened or engaged in violence to others at the locations. This effects patient and employee safety and elevates this procurement to urgent and compelling. Other factors associated with sole sourcing this service is the following: All guards must be hired and ready to go at all 6 locations within 30 days. PIV fingerprinting and badging will need to be completed along with VA privacy training and must be completed before any security staff can start at the locations. There are 5 Wage Determinations that would need to be factored in for costs associated with each location. Due to the added WD this takes additional time and money. A 6-month POP is 9-1-2022 thru 2-28-2023, a 6-month Period of Performance is proposed, during which time a base plus four, one-year options contract is anticipated to be competed according to market research NLT 3-1-2023. The estimate procurement time for a competitive contract this size is 6 to 9 months, hence the 6-month emergency contract needs to be put in place for both patients and staff at the locations listed above. Due to the urgent need for security services and the time constraints associated with this type of service it was determined to use a SDVOSB that is currently working in the VISN at several other locations and is familiar with the needs of the Police Service at Jesse Brown VAMC, Milwaukee VAMC, CRRC CBOC, Union Grove CBOC and many other VAs in the country. It was determined that Redcon an SDVOSB certified company can and will be able to meet the needs of the various locations throughout Illinois and has staff available to support the mission. They currently, have staff that are working, and management is also in state at this time. All CPARS reviews of this company have been Satisfactory or better. This is a new service contract for the locations listed above and l will require a new Base plus contact award in the future. Description of market research conducted and results or statement why it was not conducted: Based on the urgent and compelling needs of the Hines VAMC all market research is being based off of Market Research from the last quarter. GSA found 19 SDVOSBs with the NAICS 561612, while VIP found 202 SDVOSBs. Based on 2 solicitations posted in the past 8 months it was found that pricing was in line with other vendors. Prices of quoted vendors ranged from for similar locations. Due to the urgent and emergency need of services and the short POP, the pricing submitted is in line with inflation. Due to a setup of a new team at 6 different locations, and time constraints the quoted price by Redcon when averaged for the 6 locations WDs was assessed at per hour. Based on other emergency Unarmed security guard contracts it was determined that costs per hour ranged from dollars per hour to per hour, so Redcon is in line with the pricing put forward at this time. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). Due to the urgent need for security services and the time constraints associated with this type of service it was determined to use REDCON a SDVOSB that is currently working in the VISN is able to meet the emergency time constraints ,badging and onboarding staffing challenges. I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _Michelle Klug___________________________ _7-28-2022______ Michelle Klug Date Contracting Officer
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c8858606b81141ca9d31d82c5829a70a/view)
- Record
- SN06409979-F 20220804/220802230113 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |