Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
SOLICITATION NOTICE

71 -- Furniture

Notice Date
8/13/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Integrated Workplace Acquisition Center (3QSA), 2200 Crystal Drive, Suite 400, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
3QSA-JB-100001-B
 
Archive Date
9/3/2010
 
Point of Contact
James R. Price, Phone: 7036059257, Marcelles G. Barr, Phone: (703) 605-9173
 
E-Mail Address
james.price@gsa.gov, marcelles.barr@gsa.gov
(james.price@gsa.gov, marcelles.barr@gsa.gov)
 
Small Business Set-Aside
N/A
 
Award Number
GS-28F-1003C
 
Award Date
7/21/2010
 
Description
Limited Sources Justification and Approval Under the Authority of FAR 8.4, Federal Supply Schedules Purchase Request TBD 1. Identification of the Contracting Activity and the Requiring Agency: The Contracting Activity is the General Services Administration, Federal Acquisition Service, Integrated Workplace Acquisition Center, Arlington VA. The requiring activity is the United States Air Force, Pacific Air Force (PACAF), Hickam AFB, Security Force Division, 25 East Street, Hawaii 97853. 2. Nature/Description of Action It is the intent of PACAF to procure Spacesaver high density mobile files for three locations in South Pacific locations. The locations include Anderson AFB, Guam, Kadena AFB, Okinawa, and Yokota AFB, Japan. Anderson AFB already has $85,000 worth of Spacesaver high density files, and they need to add an additional $52,102.39 worth of the same Spacesaver files. Kadena AFB already has $260,000 worth of Spacesaver high density files, and they need to add an additional $117,441.76 worth of the same Spacesaver files. Yokota AFB already has $95,000 worth of Spacesaver high density files, and they need to add an additional $69,349.89 worth of the same Spacesaver files. The basis for limiting the sources for this acquisition is that the existing Spacesaver high density files at these locations were purchased from Spacesaver Storage Systems, Inc., using GSA FAS ordering procedures and additional, matching high density files are required. Therefore, this is a logical follow-on to the original purchases. The new high density files must match the existing high density files in order that they can be commingled and interchanged as necessary. 3. Description of Supplies and Services In accordance with agency objectives, the government has a need to procure approximately Spacesaver high density files to be installed in three locations as previously described. 4. Demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the limited source. The rationale for this purchase is authorized by FAR 8.405-6(a) (2) and (b) (2). The items must be purchased from the requested manufacturer in order to be an exact match with existing high density files, allowing all components and parts to be integrated with existing files. Only Spacesaver Company can provide high density files that matches the existing files. No other vendor's product is compatible with the Spacesaver product. 5. A determination by the contracting officer that the order represents the best value to the government consistent with FAR 8.404(d). The Contracting Officer has compared the contractor's pricing with the Federal Acquisition Service schedule award pricing. Since the anticipated cost is equal to the contractor's FAS schedule pricing, which was previously determined to provide the best value to the government, the Contracting Officer has determined that the anticipated cost represents the best value to the government. 6. A description of the market research conducted among schedule holders and the results or a statement of the reason market research was not conducted. Market research was conducted by reviewing Federal Acquisition Service schedules, and it was determined that no other FAS vendor has high density files on schedule that could match existing files allowing parts to be co-mingled and interchanged. 7. Any other facts supporting the justification, such as: Why statements of work or purchase descriptions suitable for full and open competition have not been developed or are not available? As described above, this acquisition will be facilitated using an FAS contract for Spacesaver Storage Systems, Inc. The required high density files will be combined with existing files, making it essential that the same manufacturer be used. It has been determined that the development of a statement of work would not be a cost saving factor since no other manufacturer makes Spacesaver files. 8. A statement of the actions if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies/services required. It is the policy of this office to follow the requirements of FAR 8.405-1 and 8.405-2 when making FAS program procurements. However, the specific requirements can only be met in this situation by limiting sources in accordance with FAR 8.405-6. 9. Technical and Requirements Certification. I certify that the facts and representations under my cognizance which are included in and form the basis for this justification are complete and accurate. 10. Contracting Officer Certifications (a) For orders exceeding the simplified acquisition threshold, but not exceeding $500,000, the ordering activity contracting officer's certification that the justification is accurate and complete to the best of the of the ordering activity contracting officer's knowledge and belief.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bd823059c7e6fe8869346ee9fcb9cc53)
 
Place of Performance
Address: United States Air Force, Pacific Air Force (PACAF), Hickam AFB, Security Force Division, 25 East Street, Hickam AFB, Hawaii, 97853, United States
Zip Code: 97853
 
Record
SN02241222-W 20100815/100814000851-bd823059c7e6fe8869346ee9fcb9cc53 (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.