Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
DOCUMENT

J -- SEMI ANNUAL CHILLER PREVENTATIVE MAINTENANCE BASE YEAR 10/1/2014 THRU 9/30/2015 PLUS FOUR OPTION YEARS - Attachment

Notice Date
9/22/2014
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
6761515590008
 
Response Due
9/15/2014
 
Archive Date
10/15/2014
 
Point of Contact
SUSAN PASHOLK
 
Small Business Set-Aside
N/A
 
Award Number
GS-07F-0332J VA69D-14-F-5039
 
Award Date
10/1/2014
 
Awardee
ALADDIN TEMP-RITE LLC;250 E MAIN ST;HENDERSONVILLE;TN;370752521
 
Award Amount
$7,340.00
 
Description
LIMITED SOURCES JUSTIFICATION ORDER >$3,000 FAR PART 8.405-6 2237 Transaction # or Vista Equipment Transaction #:____676-15-1-559-0008______________ 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. (If a sole source manufacturer distributes via dealers, ALSO provide dealer information.) Manufacturer/Contractor:Aladdin Temp-Rite Manufacturer/ContractorAladdin Temp-Rite Mfgr/Contractor Address:PO Box 2978, 250 E Main Street; Hendersonville, TN 37077-2978 Dealer/Rep address/phone number:Barrett Hampton 1 The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY:Department of Veterans Affairs VISN 12__________________________ Great Lakes Acquisition Center_______ 115 S. 84th St., Ste 100 Milwaukee, WI 53214-1476 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: GSA Contract GS-07F-0332J sole source preventative maintenance contract (Base plus Four Option Years) for Aladdin Cook Chill System in use and owned by Tomah VAMC, Tomah WI. Service contract would provide semi-annual preventative maintenance, service inspections and will include re-thermalization. (3)(a)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: Base plus four option year preventative maintenance service contract to cover Aladdin Cook Chill System in use at the Tomah VAMC. (b)ESTIMATED DOLLAR VALUE: (c)REQUIRED DELIVERY DATE: 10/01/2014____________ (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) 1The 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. Aladdin Cook Chill System located in Tomah VAMC main kitchen was manufactured and installed by Aladdin Temp-Rite. System was custom built for facility. Replacement parts are only available from manufacturer. Aladdin Temp-Rite provides factory trained technicians to perform service; Aladdin Temp-Rite does not factory train third party service technicians. (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: Aladdin Temp-Rite possesses GSA Contract #GS-07F-0332J; GSA pricing is considered to be fair and reasonable. FY14 cost for same service was; quoted price for FY15 is $ which is a 2.4% increase. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: Confirmed GSA contract in place. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: (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: Not Applicable (9) REQUIREMENTS CERTIFICATION: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge. I understand that processing of this limited sources justification restricts consideration of Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4. (This signature is the requestor's supervisor, fund control point official, chief of service or someone with responsibility and accountability.) SIGNATUREDATE Robert Stalka NAMETITLESERVICE LINE/SECTION Tomah VAMC FACILITY (10) APPROVALS IN ACCORDANCE WITH FAR 8.405-6(d): a. CONTRACTING OFFICER'S CERTIFICATION (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. 09/04/2014 CONTRACTING OFFICER'S SIGNATUREDATE Susan Pasholk GLAC______________________________ NAME AND TITLEFACILITY c. NCM/PCM/DESIGNEE: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. SIGNATUREDATE Scott Ivy, Manager, Services Team Christine Hansen Director of Contracting, Network Contracting Office 12
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/6761515590008/listing.html)
 
Document(s)
Attachment
 
File Name: GS-07F-0332J VA69D-14-F-5039 GS-07F-0332J VA69D-14-F-5039_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1646526&FileName=GS-07F-0332J-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1646526&FileName=GS-07F-0332J-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03522630-W 20140924/140923000016-3fe3c26e6cd0baa078d262ec707fe893 (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.