Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOLICITATION NOTICE

J -- Fire alarm testing

Notice Date
7/24/2014
 
Notice Type
Justification and Approval (J&A)
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;VA Black Hills HCS;Fort Meade Campus;113 Comanche Rd.;Fort Meade SD 57741
 
ZIP Code
57741
 
Archive Date
9/22/2014
 
Point of Contact
Michael Lininger
 
E-Mail Address
7-2511
 
Small Business Set-Aside
N/A
 
Award Number
GS-06F-0054N VA263-14-F-1143
 
Award Date
7/24/2014
 
Description
LIMITED SOURCES JUSTIFICATION ORDER >$3,000 FAR PART 8.405-6 2237 Transaction # or Vista Equipment Transaction #: 437-14-4-6058-1166 This acquisition is conducted under the authority of the Multiple Award Schedule Program. The material or service listed in par. 3 below is sole source, therefore, consideration of the number of contractors required by FAR Subpart 8.4 - Federal Supply Schedules, is precluded for the reasons indicated below. Restricted to the following source: Provide original manufacturer's name for material or contractor's name for service. Manufacturer/Contractor: Simplex Grinnell Manufacturer/Contractor POC & phone number: Scott Gess, 701-237-6712 Mfgr/Contractor Address: 2821 Fiechtner Dr. SW, Fargo, ND 58103 Dealer/Rep address/phone number: Scott Gess, 701-237-6712 1 The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY:Department of Veterans Affairs VA Black Hills HCS Fort Meade Campus 113 Comanche Rd. Fort Meade, SD 57741 VISN:23 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: The Department of Veterans Affairs proposes to issue a new firm-fixed price, sole source, task order against GSA Contract Number GS-06F-0054N to Simplex Grinnell, 2821 Fiechtner Dr. SW, Fargo, ND 58103 (DUNS: 094738007) for a new service and maintenance controls for the Simplex Grinnell Fire Alarm System. Base year contract with four option years. (3)(a)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: The proposed acquisition is for a new service and maintenance controls for the Simplex Grinnell Fire Alarm System at the Fargo VAMC. The contractor will provide all necessary labor, equipment and skill to perform annual testing of the smoke detectors, duct detectors and heat detectors, fire alarm boxes and fire alarm notification equipment according to the latest edition of NFPA 72 and manufacturer's specifications for all devices in the main hospital (Buildings 1, 9, and 46) and campus buildings 10, 11, 12, 13, 40, 51 and 52. (b)ESTIMATED DOLLAR VALUE: $12,841.70 Base Year ($69,554.78 total contract value) (c)REQUIRED DELIVERY DATE: August 1, 2014 (4)IDENTIFICATION OF THE JUSTIFICATION RATIONALE (SEE FAR 8.405-6), AND IF APPLICABLE, A DEMONSTRATION OF THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS TO PROVIDE THE REQUIRED SUPPLY OR SERVICE. (CHECK ALL THAT APPLY AND COMPLETE) 1Specific characteristics of the material or service that limit the availability to a sole source (unique features, function of the item, etc.). Describe in detail why only this suggested source can furnish the requirements to the exclusion of other sources. The Fire Alarm System at the Fargo VAMC was manufactured by Simplex Grinnell. The programming and maintenance of this system is essential for maintaining Life Safety for patients, visitors, and staff in the facility. Simplex Grinnell has proprietary system software rights. It is not feasible for other vendors to perform this service. In addition, only Simplex Grinnell parts can be used in order to maintain the UL listing for the system and these parts are only available through Simplex Grinnell. The warranty for the equipment will also be voided if Simplex Grinnell does not service the equipment. 0A patent, copyright or proprietary data limits competition. The proprietary data is: (If FAR 8.405-6(a)(2)iii before posting. Do not include specific proprietary data. Only mention the type of equipment, procedure, etc. to show that proprietary supplies or services are being procured.) 0These are "direct replacements" parts/components for existing equipment. ____________________________________________________________________________ ____________________________________________________________________________ 0The material/service must be compatible in all aspects (form, fit and function) with existing systems presently installed/performing. Describe the equipment/function you have now and how the new item/service must coordinate, connect, or interface with the existing system. 0The new work is a logical follow-on to an original Federal Supply Schedule order provided that the original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures. The original order must not have been previously issued under sole source or limited source procedures. 0An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. (5)DESCRIBE WHY YOU BELIEVE THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.4 TO AID THE CONTRACTING OFFICER IN MAKING THIS BEST VALUE DETERMINATION: Per FAR 8.404(d), services offered on the federal supply schedule are priced either at hourly rates, or at a fixed price for performance of a specific task. GSA has already determined the prices of fixed-price services, and rates for services offered at hourly rates, under schedule contracts to be fair and reasonable. Simplex Grinnell's GSA price schedule has been obtained and reviewed. The prices proposed by Simplex Grinnell will be reviewed against the pricing in their GSA schedule. Additional discounts will be requested. In addition, Simplex Grinnell's hourly rates and materials costs will be compared to those charged by similar service providers. The IGCE will be compared to Simplex Grinnell's proposed pricing for these repairs to ensure the services represent best value as in FAR 2.101. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: Market research was performed to comply with Federal Acquisition. The Government conducted searches for other authorized partners on GSA schedules and the internet. This research indicated that Simplex Grinnell is the only available source. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: A previous sole source Contract was awarded to Simplex Grinnell for a service and maintenance agreement covering the fire alarm system at the Black Hills VA under VA263-13-C-0071 dated March 1, 2013. (8) A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS THAT LED TO THE RESTRICTED CONSIDERATION BEFORE ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICES IS MADE: Market research was conducted, the details of which are in the market research section of this document. None of these efforts yielded additional sources capable of meeting the Government's requirements. There is no competition anticipated for the proposed action. The Government will continue to conduct market research to ascertain if there are changes in the marketplace that would enable future actions to be competed. Should Simplex Grinnell train or supply other 3rd party vendors to enable them to support Simplex Grinnell equipment, they will be considered in the future.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7d0d79922c6721de21632f1f3bf3edf4)
 
Record
SN03436407-W 20140726/140724235026-7d0d79922c6721de21632f1f3bf3edf4 (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.