Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
SOLICITATION NOTICE

J -- Variable Speed Drive Installation

Notice Date
6/2/2010
 
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
VA25710RP0197
 
Archive Date
10/1/2010
 
Point of Contact
Anthony Nourse
 
E-Mail Address
9-6015<br
 
Small Business Set-Aside
N/A
 
Award Number
VA-257-10-RP-0197
 
Award Date
9/1/2010
 
Description
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION SUBJECT: Variable Speed Drives Installation The following justification and approval is made regarding the procurement of services to install Variable Speed Drives (VSD) for the Central Texas Veterans Health Care System (CTVHCS). This is a 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. Identification of the agency and the contracting activity, and specific identification of the document as a "justification for other than full and open competition." Agency: U.S. Department of Veterans Affairs Contracting Activity: Contracting Officer (90C) Central Texas Veterans Health Care System 1901 Veterans Memorial Drive. Temple, Texas 76504 2. Nature and/or description of the action being approved. The contractor shall supply all component parts and install a variable speed drive (VSD) on a chiller located at the CTVHCS, Temple Texas. 3. A description of the supplies or services required in order to meet the agencies needs (including the estimated value). The installation of the VSD with its ancillary components will allow the chiller to operate more efficiently, resulting in reduced energy use/costs and will extend the useful life of the chillers. The estimated value of this procurement is $96,051.00 4. An identification of the statutory authority permitting other than full and open competition. The statutory authority allowing use of other than full and open competition for this requirement is, 41 U.S.C. 253 (c) (1), only one responsible source. 5. A demonstration that the proposed contractor's unique qualifications or nature of the acquisition requires use of the authority cited. Building automation and control system software including VSD installations 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 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 variable speed drives to support the current Metasys system utilized at the Temple VA. Maintenance of the Metasys 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. 6. 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. 7. A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. This requirement is a sole source to Johnson Controls, a Large Business. The offorers proposed price has been determined fair and reasonable IAW FAR 15.404-1(b)(2)(ii) comparison of previously proposed prices and previous Government and commercial contract prices with current proposed prices for the same or similar items. 8. A description of the market research conducted and the results or a statement of the reason market research was not 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 warranties. 9. Any other facts support 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. 10. A listing of the sources, if any that expressed, in writing, an interest in the acquisition. None 11. A statement of actions, if any, 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 CTVHCS installs a new system produced by one or more manufacturers. 12. I certify that this justification is accurate and complete to the best of my knowledge and belief, and that this procurement action is made in good faith with regard for the public interest. _______________________________________________ Signature of Technical/Requirements Representative Date /s/ Engineering Service This justification is accurate and complete to the best of my knowledge and belief. ______________________________________________ /s/ Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACTHCS674/VACTHCS674/VA25710RP0197/listing.html)
 
Record
SN02166215-W 20100604/100602235210-056bf7fd61893a8c6f93ad33a1e2b1b1 (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.