Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2010 FBO #3302
DOCUMENT

J -- UNUSUAL AND COMPELLING URGENCY FOR MAINTENANCE AND REPAIR PENDING CONTRACT AWARD - Justification and Approval (J&A)

Notice Date
12/7/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
333921 — Elevator and Moving Stairway Manufacturing
 
Contracting Office
Department of Veterans Affairs;VAMC;10 N Greene St;Baltimore MD 21201
 
ZIP Code
21201
 
Solicitation Number
VA24511RQ0036
 
Archive Date
12/17/2010
 
Point of Contact
Troy Graves
 
E-Mail Address
ct
 
Small Business Set-Aside
N/A
 
Award Number
GS-06F-0081M VA512C10309
 
Award Date
12/7/2010
 
Description
Department of Veterans AffairsMEMORANDUM Maryland Health Care System (VAMHCS)Dated 12/3/2010 JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION ON THE BASIS OF UNUSUAL & COMPELLING URGENCY 1. CONTRACTING ORGANIZATION: a. The Office of VISN 5 Contracting (BT 90/C) 2. ACTION BEING APPROVED: a. A justification is presented for the use of other than full and open competition on the basis of an unusual and compelling urgency that would seriously injure the Government unless permitted to limit the number of sources from which it solicits bids or proposals. 3. DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED: a. The VAMHCS Facilities and Engineering service has identified a need for A. Provide scheduled preventive maintenance in accordance with applicable ANSI requirement, equipment manufacturer recommendations and requirements, and industry practice. At the beginning of each contract year, a written preventive maintenance plan outlining the tasks to be performed and the number of regular man-hours estimated each month on each piece of equipment will be submitted by the contractor to the COTR for approval and coordination with maintenance to be performed by VA staff. b. Provide all necessary labor, tools, equipment, parts, and supplies for maintenance and repair service for each piece of equipment to include controllers, selectors and dispatching equipment, relays, solid-state components, transducers, resistors, condensers, power amplifiers, transformers, contacts, leads, dashpots, timing devices, computer and microcomputer devices, steel selector tapes, mechanical and electrical driving equipment, signal lamps, and position indicating equipment; door operators, car door hangers, car door contacts, door protective devices, load weighing equipment, car frames, car safety mechanisms, platforms, car and counterweight guide shoes including rollers and gibs, and emergency car lighting; hoistway door interlocks and hangers, bottom door guides, and auxiliary door closing devices; machines, worms, gears, thrust bearings, drive sheaves, drive sheave shaft bearings, brake pulleys, brake coils, contacts, linings, and component parts; motor, motor generators, motor windings, rotating elements, commentators, brushes, brush holders, and bearings; governors, governor sheaves and shaft assemblies, bearings, contacts, governor jaws, deflector or secondary sheaves, car and counterweight buffers, car and counterweight guide rails, car and counterweight sheave assemblies, top and bottom limit switches, governor tension sheave assemblies, and compensating sheave assemblies:, pumps, pump motors, operating valves, valve motors, leveling valves, plunger packings, exposed piping, above ground plungers and cylinders, and hydraulic fluid tanks; motor brushes, operating-switch and relay components, plug- in relays, special lamps for car and hall fixtures, special lamps for emergency car lighting, and fuses (excluding main disconnect fuses c. Provide emergency callback services during normal or regular working hours that includes repair, minor adjustments, and restoration to normal operation and function of any piece of equipment during the same business day that the call was placed by VA. The contractor will respond and provide a technician on-site to the VA within 2-hours of receipt of the call for any call placed by VA prior to 12:00 noon on a normal business day. Any call placed by VA after 12:00 noon on a normal business day will be answered the next morning unless VA has authorized the repair to be done on the same day as Overtime. d. The contractor shall provide 35 man-hours per calendar month of technician time at VA performing preventive maintenance, maintenance and repair, or emergency callback services. (See para. 7a for estimated value) 4. AUTHORITY: a. As prescribed in FAR 6.302-2 and in accordance with (IAW) statutory authority 41 U.S.C. 253(c)(1) "Competition requirements", the requested actions are permissible. 5. JUSTIFICATIONS BEING PRESENTED: a. The Government has determined it is necessary for the health of the agency that Otis Elevator company, the current Contractor continue elevator maintenance without a break in service. The Government has determined the agency would be seriously harmed by the delay required to seek additional sources, or a synopsis of this requirement. Otis Elevator Company, the current contractor has established the essential capability for the immediate continuance of this work, and has been a proven and successful performer of this function for the VAMHCS. The facility elevators provide essential facility support and a delay in award of a contract would result in serious injury to the government. 6. ACTIONS TAKEN TO PROMOTE COMPETITION: a. IAW FAR 5.202(a)(2) for synopses of proposed contract actions exceptions, the contracting officer need not submit the notice required by FAR 5.201 when the contracting officer determines that the proposed contract action is made under conditions described in 6.302-2. 7. FAIR & REASONABLE PRICE DETERMINATION: a. The total anticipated cost to the Government of $78,750.00 is deemed fair and reasonable considering prior GSA rate negotiations as well as recent exchanges with vendor. 8. DESCRIPTION OF MARKET RESEARCH: a. IAW FAR Part 10, market research conducted by the VAMHCS Enter Requesting Service utilizing Provide the Source of the Research revealed Enter Results of Research. 1 There was no research conducted by the requesting service for this requirement because; of the urgent nature of the requirement. b. IAW FAR Part 10, market research conducted by the Office of VISN 5 Contracting utilizing GSA e-Library and CCR revealed the contractor is registered and certified for North American Industry Classification System (NAICS) code 333921 assigned to this procurement. The Contracting Officer has verified that the task order award is fair and reasonable and offers the best value to the United States based upon market research of 2 other identical or similar schedule holders under SIN 03FAC: VENDORLABOR CATEGORIESHRLY RATE OTIS ELEVATOR COMPANY/GS-06F-081MElevator Mechanic $190 per hour EDMONDS ELEVATOR CO./SCHEDULE GS-21F-0043VElevator Tech$213.09 per hour TRAMM ELEVATOR / SCHEDULE GS-21F-0138WElevator Mechanic$162.96 per hour The Contracting Officer has determined the contractor to be a responsible source with respect to performance of such contracting opportunity by: (check all that apply) ( X) Past Performance Survey ( X) Validation of contractor FSS SCHEDULE NUMBER GS-06F-0081M ( X ) Prior VA Contracts. 0 There was no research conducted for this requirement because; 9. OTHER SUPPORTING FACTORS: a. IAW FAR 6.303-2 (a)(9)(iii), "When 6.302-2 is cited" the following data, estimated cost, or other rationale as to the extent and nature of the harm to the Government is presented; not maintaining the Perry Point VAMC vertical transportation equipment in accordance with the more stringent of either the manufacture guidelines or industry standards could have a serious impact on patient's accessibility to care. The estimate of $Enter amount of costs was derived by; Provide the method for arriving at cost if a cost is cited 10. SOURCES HAVING EXPRESSED, IN WRITING, THEIR INTEREST: a. Due to the nature of this acquisition and IAW FAR 5.202(a)(2), this requirement was not synopsized and as such, there are no interested sources other than the proposed. 11. ACTIONS NECESSARY TO OVERCOME COMPETITION BARRIERS: a. See paragraphs 6 and 8 above. Additionally, on future acquisitions of the same or similar requirements, fostering competition lies in the ability of the requesting service to inform and involve the Contracting Office in their yearly acquisition plan (IAW) FAR 7.102(a)(2) in order to obtain competition to the maximum extent practicable. 12. REQUIREMENTS CERTIFICATION: a. All supporting data that is the responsibility of technical or requirements personnel (e.g., verifying the Government's minimum needs or schedule requirements or other rationale for other than full and open competition) which form a basis for the justification have been certified as complete and accurate by the technical or requirements personnel. /S/12/3/2010 Matthew MummauDate Contracting Officer Technical Representative, 13. APPROVALS: a. Based on the justifications presented above I certify IAW 6.304(a)(1) "Justification approvals not exceeding $650,000", that the circumstances for restricting consideration to an item peculiar to one manufacture are; accurate and complete to the best of my knowledge and belief. /S/ 12/3/2010 Troy L. Graves Jr.Date Contract Specialist, VA Maryland Health Care System b. Based on the justifications presented above I certify IAW 6.304(a)(1) "Justification approvals not exceeding $650,000", that the circumstances for restricting consideration to an item peculiar to one manufacture are; accurate and complete to the best of my knowledge and belief. /S/12/3/2010 Natalie BurgessDate Contracting Officer, VA Maryland Health Care System 14. REFERENCES: FAR 5.202(a)(2) "Exemptions" FAR 6.302-2 FAR 6.303-2, "Content" FAR Part 6, and Part 10 TITLE 41 - Public Contracts 41 U.S.C. 253(c)(1) "Competition requirements" ATTACHMENTS: -
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24511RQ0036/listing.html)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA-245-11-RQ-0036 VA-245-11-RQ-0036.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=165605&FileName=VA-245-11-RQ-0036-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=165605&FileName=VA-245-11-RQ-0036-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02340062-W 20101209/101207234221-09559f89cb2e8142d22c05f193764ed4 (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.