Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
DOCUMENT

41 -- Gas Sensor Installation - Justification and Approval (J&A)

Notice Date
8/31/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Central Texas Veterans HCS;1901 S. 1st Street;Temple TX 76504
 
ZIP Code
76504
 
Solicitation Number
VA25710RQ0240
 
Archive Date
11/21/2010
 
Point of Contact
Anthony Nourse
 
Small Business Set-Aside
N/A
 
Award Number
VA-257-10-RQ-0240
 
Award Date
9/22/2010
 
Description
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION SUBJECT: Gas Sensor Installation The following justification and approval is made regarding the procurement of services to install Boiler Plant Gas Monitoring and Emergency Shut Off Controls for the Central Texas Veterans Health Care System (CTVHCS). This is sole source procurement and competitive procedures will not be used. The format for this justification is from the FAR part 6.303-2 and presented in the format prescribed. As required of FAR 6.303-2, the following information is provided for this procurement. 1. Requesting Agency: Central Texas Veterans Health Care System 1901 Veterans Memorial Drive Temple, TX 76504 Contracting Activity: Central Texas Veterans Health Care System 1901 Veterans Memorial Drive Temple, TX 76504 2. Description of supplies or services required to meet agency needs, including estimated value: Provide all labor, materials, tools and equipment, and services necessary for completion to, INSTALL BOILER PLANT GAS MONITORING/EMERGENCY FUEL & GAS SHUTOFF CONTROLS WITH MONITORS, AT THE VAMC WACO, TX. The project will involve installation of sensors, monitors and control panels at the VAMC, Waco TX. All the necessary wirings, parts, control panel boards, sensors and other components needed for the project shall be furnished and installed by the contractor. Any retrofit needed to make the current monitoring/gas shutoff system, run optimally with the least energy consumption shall be implemented by the contractor. All existing components, parts, control panels and equipment removed from the system during the course of this project shall be the property of the contractor and removed off site by the contractor except otherwise requested to retain for the government in writing. The estimated value of this procurement is $55,973.82 3. An identification of the statutory authority permitting other than full and open competition. 41 U. S. C. 253 (c)(1), Only one responsible source 4. A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. Building automation and control system software including Emergency Gas Sensors and Monitors are most often implemented to avoid incorporating multiple systems. Maintenance personnel have problems maintaining a variety of different systems and ensuring that the latest versions of software are utilized. The problem of multiple control and emergency monitoring systems is that it complicates efficient control of the HVAC system and escalates government maintenance cost in later years. When the system is a multi vendor system, for the most part it is not understood by VA maintenance personnel and it is always abandoned in default position and not operated optimally. The result is inefficient operation and energy reduction and cost savings are not achieved. Johnson Controls is the only known source able to provide the required Carbon Monoxide Sensors, Combustible Gas Sensors to support the current A/V indication stations for explosive gases (Natural, Carbon Monoxide and Methane) utilized at the Temple VA. Maintenance of the HVAC system is provided by Johnson Controls under contract VA257-P-0070. During the solicitation and subsequent award of the maintenance contract Johnson Controls Inc was the only offeror submitting a proposal. Award was made IAW FAR 6.301, Only one responsible source and no other supplier or services will satisfy agency requirements. 5. A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies. During market research it became apparent that distributors could not provide component parts and installation without sub-contracting from Johnson Controls. No sources will be contacted other than Johnson Controls. IAW FAR 6.302-1 (C) ii supplies have been deemed to be available from the original source, Johnson Controls. It is likely that solicitation and award to any other source would result in substantial duplication of cost to the Government that would not be recovered through competition. 6. A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. Informal cost analysis will be used to verify/validate the proposals submitted by Johnson Controls Inc are fair and reasonable. 7. A description of the market research conducted. Market research was conducted by searching the internet. During this search it was determined that the component parts to be installed by Johnson Control are available through distributors but these distributors are unable to provide installation or any warranty. 8. Any other facts supporting the use of other than full and open competition: Full and open competition would not meet the specific needs of this acquisition due to the proprietary nature of the equipment to be procured. The government would not be able to release clearly defined specifications as the information that would be necessary for release would be proprietary information regarding the Johnson Controls products. 9. A listing of the sources that expressed, in writing, an interest in the acquisition. None. 10. A statement of the actions the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. Any subsequent acquisitions for similar products would probably have to be procured from Johnson Control unless the VA installs a new system. 11. Certification requirement: I certify the supporting data, including the statement of the Government's minimum needs and other rationale for other than full and open competition is complete and accurate to the best of my knowledge. _______________________________________________ _________________ Signature of Technical/Requirements Representative Date This justification is accurate and complete to the best of my knowledge and belief. ______________________________________________ _____________________ Contracting Officer Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACTHCS674/VACTHCS674/VA25710RQ0240/listing.html)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA-257-10-RQ-0240 VA-257-10-RQ-0240_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=150539&FileName=VA-257-10-RQ-0240-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=150539&FileName=VA-257-10-RQ-0240-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02262722-W 20100902/100901000319-d1d75407dbe78638a569cb55d28dee4d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.