DOCUMENT
J -- HVAC RTU REPAIRS - Attachment
- Notice Date
- 5/17/2012
- Notice Type
- Attachment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Veteran Affairs;SAO East;PCAE STL Contracting Officer;11152 South Towne Square;Saint Louis MO 63123
- ZIP Code
- 63123
- Archive Date
- 6/29/2012
- Point of Contact
- William Singleton
- Small Business Set-Aside
- N/A
- Award Number
- GS-06F-0060P
- Award Date
- 5/15/2012
- Description
- LIMITED SOURCES JUSTIFICATION FAR PART 8.405-6 (a)(1)(i)(A) (URGENCY) 2237 Transaction # 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: Johnson Controls Inc. GSA Contract GS-06F-0060P Manufacturer/Contractor POC & phone number: Lisa Copenhagen 314-812-4593 (St Louis Rep) Mfgr/Contractor Address: 507 E Michigan St M-93; Milwaukee, WI 53202-5202 Dealer/Rep address/phone number: 2280 Ball Drive; St Louis MO 63146-8602 (314) 812-4593 1 The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY:Department of Veterans Affairs Program Contracting Office East - St. Louis 11152 South Towne Sq. St. Louis, MO 63025 VISN:99- SAO-East (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: EES plans to contract by means other than full and open competition for a Firm Fixed-Price contract. The proposed vendor is Johnson Controls Inc. (3)(a)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: EES requires various repair work for seven of the rooftop air conditioning units at the St. Louis EERC (building #48). Unit #1 - Requires replacement of heat exchanger and motor sheave. Unit #2 - Requires recovery of refrigerant, replacement of compressors and contactors, replacement of liquid line driers and leak check, evacuate and recharge new compressor with R-22 refrigerant. In addition, replacement of ignition board for gas heat. Unit #4 - Requires a complete rebuild of the inducer fan assembly with new motor, motor cooling fan and blower wheel. Unit #5 - Requires a replacement of evaporator coil to include evacuate charge and re-charge of unit with Freon. Unit #7 - Requires replacement of compressor contact on first stage compressor to include verifying amperage draw. (b)ESTIMATED DOLLAR VALUE: $14,193.61 (c)REQUIRED DELIVERY DATE: May 11th 2012 (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. 0Specific 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. 0A patent, copyright or proprietary data limits competition. The proprietary data is: 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. 1The 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. Although there is more than one contractor who "may" be capable of providing the required services, the Limited Sources Justification is needed as a logical follow-on to a current St Louis EERC (bldg. 48) Rooftop Air Conditioning Unit Preventative Maintenance contract with Johnson Controls Inc. The Preventative Maintenance (PM) contract was issued in January to provide preventive maintenance for the air conditioning units at buildings 2 & 48. The contract provides for PM work in addition to a very small amount for Emergency service calls/repair. Prior to the PM contract, the Rooftop units were only repaired as needed by the VAMC Engineering staff however, had no PM work affiliated with the units. They were only being serviced reactively as opposed to proactively. Johnson Controls' initial PM inspection resulted in identifying various issues that needed to be fixed that were outside the scope of the existing PM contract. Since Johnson Controls Inc. are providing the PM contract work for the rooftop units in need of repair/replacement, it stands to reason that they should be the contractor to provide the repair/replacement work on the existing units that they will in turn be providing PM work for the remaining duration of the PM contract. 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 8.404(d) TO AID THE CONTRACTING OFFICER IN MAKING THIS BEST VALUE DETERMINATION: Johnson Controls Inc. are currently providing the PM contract work for the vary same rooftop units in need of repair/replacement. As the installer of the new units/parts etc. they will be in best position to properly service and maintain units. In addition, with the impending excessive summer heat quickly looming, it is imperative to get the units repaired and running properly prior to summer heat. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: The GSA price list for similar services was considered competitive. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: N/A (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: N/A (9) REQUIREMENTS CERTIFICATION: I certify that the requirement outlined in this justification is a bonafide 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.) //ES// Hugh Graham 20 April 2012 SIGNATURE DATE Hugh GrahamStudio EngineerEES NAMETITLESERVICE LINE/SECTION St. Louis EERC FACILITY --------------------------------------------------------------------------------------------------------------------- ? (10) APPROVALS IN ACCORDANCE WITH FAR 8.405-6(h): a. CONTRACTING OFFICER'S CERTIFICATION (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. //ES// Linda D. Eley 05/17/2012 CONTRACTING OFFICER'S SIGNATUREDATE Linda D. Eley __PCOE-ST Louis______________ NAME AND TITLEFACILITY HIGHER LEVEL APPROVAL (For orders over $500,000): 0 REQUIRED 0 NOT REQUIRED b. ONE LEVEL ABOVE CONTRACTING OFFICER: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. SIGNATUREDATE NAME AND TITLE
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2af874e72388049bcc1486df9283558f)
- Document(s)
- Attachment
- File Name: GS-06F-0060P VA777-12-F-0345 GS-06F-0060P VA777-12-F-0345_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=343621&FileName=GS-06F-0060P-002.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=343621&FileName=GS-06F-0060P-002.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: GS-06F-0060P VA777-12-F-0345 GS-06F-0060P VA777-12-F-0345_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=343621&FileName=GS-06F-0060P-002.doc)
- Record
- SN02750739-W 20120519/120517235948-2af874e72388049bcc1486df9283558f (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 |