Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
SPECIAL NOTICE

41 -- Notice of intent to award a sole source for Chiller troubleshooting and repair

Notice Date
3/6/2012
 
Notice Type
Special Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 2521 S. Clark St, Ste 2000 Arlington, VA, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
HQ0034-12-P-0048
 
Archive Date
4/4/2012
 
Point of Contact
Binh Ho, Phone: 7035451591
 
E-Mail Address
Binh.Ho.Ctr@whs.mil
(Binh.Ho.Ctr@whs.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification for soliciting from a single source Pursuant to the Federal Acquisitions Regulation (FAR) Subpart 13.106-1 (b)(1)(i), the Department of Defense (DoD) has determined that soliciting from a single source is justified for this procurement action. The following is supporting documentation in accordance with FAR Subpart 13.106-1 (b)(1)(i) using FAR Subpart 6.302-2 -- Unusual and Compelling Urgency as a reference. Contracting Agency - United States DoD, Washington Headquarters Services (WHS), Acquisition Directorate (AD). Requiring Office: United States DoD, WHS, Facilities Services Directorate (FSD). Nature/Description of Action - FSD has an emergency requirement to repair the control systems for the Pentagon's Mission Critical Chilled Water Plant. Due to the critical nature of this facility, time is of the essence in making all necessary repairs. Due to the complexity, knowledge and skill required to troubleshoot and repair these systems, it is essential to immediately contract a team that is familiar with the equipment and programming for this work. Description of Supplies/Services Required to Meet the Agency's Needs - Inclusive of the Estimated Value - The DoD FSD has a requirement for the acquisition of electronic controls repair for the Pentagon Mission Critical Chilled Water Plant. This plant is mission critical and provides the only means for backup cooling to all mission critical activities within the Pentagon. Without this support, multiple major command centers could not continue to operate if the primary cooling plant experienced a major problem. This repair work will be a one time event. The estimated value of this service and maintenance support services is not expected to exceed $99,187.50. Statutory Authority Substantiating this Action - FAR 13.106-1 (b)(1)(i) -- Soliciting from a single source. As stated under the authority of FAR 13.106-1 (b)(1)(i), Contracting officers may solicit from one source if the contracting officer 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). In this case, the rationale for soliciting to a single source is based on unusual and compelling urgency to repair mission critical equipment. Soliciting to more than one vendor would delay repairs, cause serious injury to mission critical systems and be a detriment to Government activities. Demonstration of Unique Qualifications Under Cited Authority - Provided the authority of FAR 13.106-1 (b)(1)(i), unusual and compelling urgency under this requirement, Rockwell Automation is the manufacturer of the chiller controls and has the proprietary knowledge, understanding and programming requirements to safely and expeditiously perform the work required by this contract. Efforts to Obtain Competition - The Contracting Officer will publish the justification for soliciting from a single source and issue an announcement on the Federal Business Opportunities website at www.fedbizopps.gov in accordance with FAR Subpart 5.2, Synopsis of Proposed Contract Actions. The announcement will offer notice of its intent to award a contract on a sole source contract. Contracting Officer's Fair and Reasonable Cost Determination - Through market research, comparison of pricing for maintenance and support services for similar maintenance and support services, labor hour wage rates, and historical acquisition data, the Contracting Officer has determined that the anticipated cost to the Government, for the services required, will be fair and reasonable. Market Survey - FAR 10.001, Market Research was conducted by both FSD and AD. It has been determined that due to the urgency of repairing the Pentagon Mission Critical Chiller Plant, Rockwell Automation is the sole source capable of performing the urgent and compelling work. Other Facts Supporting the Use of Other Than Full and Open Competition - N/A List of Source(s) - Rockwell Automation; 9020 Stony point Parkway, Suite 300, Richmond, VA 23235; Telephone 804-560-6444. Actions to be Taken to Promote Future Competition - In this instance, there is only one source capable of repairing the Pentagon Mission Critical Chiller Plant controls due to their proprietary knowledge and understanding of the chiller inert workings and controls to safely perform this multifaceted work. At this time, the agency does not have a statement of action it may take to remove or overcome these barriers to competition before any subsequent acquisitions for the supplies or services required. If there are any questions or concerns regarding this notice, contract Binh Ho at binh.ho.ctr@whs.mil or 703-545-1591.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-12-P-0048/listing.html)
 
Place of Performance
Address: The Pentagon, Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN02689863-W 20120308/120307120143-85c51cd503f3a60072585e49a0d248f6 (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.