SOLICITATION NOTICE
S -- Fire Department American Lake
- Notice Date
- 10/1/2014
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 922160
— Fire Protection
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
- ZIP Code
- 98662
- Archive Date
- 10/31/2014
- Point of Contact
- Dean A Umathum
- E-Mail Address
-
6-2786<br
- Small Business Set-Aside
- N/A
- Award Number
- VA260-15-P-4364
- Award Date
- 10/1/2014
- Description
- DEPARTMENT OF VETERANS AFFAIRS Justification and Approval Under Simplified Acquisition Procedures for Restricting Competition 1.Contracting Activity: Department of Veterans Affairs, Network Contracting Office 20, for the American Lake VA Medical Center in the Puget Sound Healthcare System (PSHCS). 2.Nature and/or Description of the Action Being Processed: for PR # 663-15-1-501-0012. This procurement is for fire suppression and emergency services at the American Lake VA Medical Center. In accordance with FAR 13.5 Test Program for Certain Commercial Items and specifically FAR 13.501 Special Documentation Requirements, acquisitions conducted under Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6, but still require a justification using the format of FAR 6.303-2. 3.Description of Supplies or Services Required to Meet the Agency's Needs: This procurement is for fire suppression and fire department emergency response services for the American Lake VA Medical Center. The proposed contract period of performance is 10/01/2014 - 09/30/2015 with one (1) one year option period. The total base year value is $213,539.00 and a total contract value of $433,484.00. 4.Statutory Authority Permitting Restriction in Competition: The authority for applying the Commercial Test Program of FAR 13.5 is (Section 4202 of the Clinger-Cohen Act of 1996) and is implemented by for restricting competition on this procurement via FAR 13.106-1(b)(2). 5.Demonstration that the Contractor's Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): Pierce County Fire District #3 (West Pierce Fire & Rescue) is the only contractor that can provide fire suppression and emergency services for the American Lake VA Medical Center. The emergency services needed require that a contractor respond to emergency calls and be onsite at the American Lake VA Medical Center with a four person firefighting crew within eight minutes after notification. This eight minute response time is needed to safeguard human life and property, control and suppress fires at the American Lake VA Medical Center, and lend any other emergency response assistance needed. There are two fire stations that are close enough to the American Lake VA Medical Center to meet this eight minute response time frame. Both fire stations were contacted; because of the lack of resources described in section 6 that the fire station on Joint Base Lewis-McChord has, they were not capable of fulfilling this requirement leaving only the West Pierce Fire & Rescue fire department to provide the emergency services needed. 6.Description of Efforts Made to Ensure that Offers are Solicited from As Many Potential Sources as Deemed Practicable IAW FAR 13.104: As one of the requirements of this work is for a contractor to be able to be onsite within eight minutes of notification of an emergency, a Google maps search was conducted and found six fire stations within a 10 miles radius of the American Lake VA Medical Center. Five of these stations all belonged to Pierce County Fire District #3. The sixth station was on Joint Base Lewis-McChord (JBLM). A phone conversation and a follow up email with their Deputy Fire Chief and their Central Command resulted in a determination that they did not have the necessary resources available to provide this service, nor did they have a route that could be taken to ensure they could respond in a timely manner as each of JBLM's gates has restricted exit and entry access and no direct route to the American Lake VA Medical Center. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable - IAW FAR 13.106-3: The price is considered fair and reasonable based on a comparison of previous contract VA260-P-0584 which provided this service to the American Lake VA Medical Center. The previous contract in place had a modification awarded in the amount of $103,659.48 for the period of 10/01/2013 - 03/31/2014 which was determined to be fair and reasonable based on Washington State mandate that all entities within a prescribed fire district pay a levy for fire suppression services. The Washington state levy amount must be voter approved by the people living within the fire district. The proposed new contract for this same service is estimated at $213,539.00 for the base year and $219,945.00 for the one option year. When compared to the previous contract, the proposed new contract only increases 3% per year; also, in the August 6th, 2013 election, a property tax levy, proposition 1, resulted in Pierce County Fire Protection District #3 adopting resolution number 050113-004 which authorized the district to levy a property tax on all taxable property within the District of approximately $1.60 per $1,000.00 of value. The amount that will be charged to the VA will be applied against this levy rate. 8.Description of the Market Research Conducted and the Results, or Statement of Reasons Market Research was not Conducted (FAR 10): Market research showed that this requirement is available in the commercial market place. All required sources were checked, and Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and small businesses were considered; however, market research determined that this requirement is not available from a required source, and there are no SDVOSB's, VOSB's, or small businesses available to fulfill this requirement for the American Lake VA Medical Center. Market research determined that Pierce County Fire District #3 is the only available source that can fulfill this requirement. 9.Any Other Facts Supporting the Restriction of Competition: No other sources expressed an interest in providing the service for this requirement, nor did any contractor besides Pierce County Fire District express interest in this requirement when the current contract in place was awarded 10/01/2009. 10.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: No sources expressed any interest in writing for this requirement. 11.Statement of Actions, if any, the Agency May Take to Remove or Overcome any Barriers to Competition before Making Subsequent Acquisitions for the Supplies or Services Required: There is currently no action the VA is taking to overcome any barriers for competition for fire suppression and emergency services provided to the American Lake VA Medical Center. If the Pierce County Fire Districts boundaries change where there are more than one district that has a fire station capable of fulfilling the eight minute response time, this requirement could be competed among those Fire Districts; furthermore, the last email sent to JBLM stated to the effect that if they had any interest in working with the VA on this requirement in the future, they should contact the Network Contracting Office (NCO) 20 to discuss an inter-agency agreement. Option years are preferred for this requirement as there are no other sources capable of fulfilling this requirement, and there are no known events that will take place that could result in more than one source capable of fulfilling this requirement. 12.Requirements Certification - IAW FAR 13.501: 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 and belief. __________//ES//___________________ ________________________ Name: Date Position: 13.Approvals in accordance with FAR 13.501 and VHAPM, Volume 6, Chapter VI: OFOC SOP: 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//___________________ ________________________ Jackie MerrimanDate Supervisory Contracting Officer NCO 20 Services Team 1 b.Acquisition Manager's Review and Approval: I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and recommend approval for other than full and open competition. __________//ES//___________________ ________________________ Nicholas M. JenkinsDate Director of Contracting Network Contracting Office 20 (NCO 20)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dd2f75397e586632c9aa39888e28aa17)
- Record
- SN03539165-W 20141003/141001234426-dd2f75397e586632c9aa39888e28aa17 (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 |