DOCUMENT
S -- Northport VAMC Snow Removal Services - Justification and Approval (J&A)
- Notice Date
- 12/2/2015
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24316Q0040
- Response Due
- 11/3/2015
- Archive Date
- 1/2/2016
- Point of Contact
- John Redmond
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Award Number
- GS-21F-0067V VA243-16-F-0431
- Award Date
- 11/25/2015
- Description
- Attachment 2: Request for Limited Sources Justification Format >$150K LIMITED SOURCES JUSTI FICATION ORDER >$150,000 FAR PART 8.405-6 Acquisition Plan Action ID: VA243-15-AP-4918 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: Quality Services International, LLC 314 E. Commerce STE 500, San Antonio, TX 78205 [8J The requested material or service represents the minimum requirements of the Government. (1)AGENCY AND CONTRACTI NG ACTIVITY: Department of Veterans Affairs Northport VA Medical Center 79 Middleville Road Northport, NY 1176.8-2200 VISN: 03 (2)NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: Network Contracting Office (NCO) 3 intends to award a sole-source contract for snow removal services in support of the Northport Veterans Affairs Medical Center (VAMC), Northport, New York. The performance period is for five (5) months, beginning November 1, 2015, or from date of award, and ending March 31, 2016. This action is for a total estimated dollar value of $750,000.00. (3)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY' S NEED: (a)The contractor shall provide all necessary equipment and personnel staffing to effectively maintain a snow and ice abatement plan for the campus for the upcoming winter, including all roadways, egress points from buildings, sidewalks and surface parking. Management of snow removal and stockpiling may be required as weather dictates. Contractor shall have a response time of no later than one (1) hour upon notification of service request. (b)ESTIMATED DOLLAR VALUE: $750,000.00 (c)REQUIRED DELIVERY DATE: November 1,2015, or date of award whichever is later, through March 31,2016. Attachment 2: Request for Limited Sources Justification Format >$1SOK (4)IDENTIFICATION OF THE JUSTIFICATION RATIONALE (SEE FAR 8.405-6), AND IF APPLICABLE, A DEMONSTRATI ON OF THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS TO PROVIDE THE REQUIRED SUPPLY OR SERVICE. (CHECK ALL THAT APPLY AND COMPLETE) [8J Specific characteristics of the material or service that limit the availability to a sole source (unique features, function of the item, etc.). The procurement is a logical follow-on contract for services that were provided by Quality Services International, LLC (hereinafter referred to as QSI) under Federal Supply Schedule (FSS) contract GS-21F-0067V. NCO 3 had awarded a contract for snow removal for the period November 6, 2014 through March 31,2015 during which time the comprehensive, long-term requirement for consolidated facilities maintenance services (including snow removal) for Northport VA, was drafted. This solicitation has been delayed due to revisions and is scheduled for release November 2015: award is anticipated January 2016. It is noted, while QSI currently provides interim facilities maintenance services for the Northport VA Medical Center under a 3-month extension of contract VA243-15-F-4539 (period of performance ends 12/31/2015), the requirement for snow removal was intentionally removed as performance is required for the entire winter season and breaking the performance period into multiple awards would result in excessive costs. In addition, awarding a follow-on contract to QSI would save the cost of performing background investigation on a new contractor and eliminate the transitional period between contractors. Any other contractor would be required to accomplish the transition (including familiarization, training, and security screening and background investigations) in an expedited manner. Accomplishing this transition without sufficient planning and organization significantly places the operational readiness of the medical center at increased risk and would likely result in unacceptable harm to the Veterans which the organization services. The award is essential to insure the critical services are available prior to the first winter weather event. QSI is a responsible source specializing in facility maintenance and is qualified to meet or exceed the minimum requirements of this acquisition. (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: Any other source required to accomplish transitioning efforts would require several weeks of transition to include familiarization, training, and security screening background checks. Accomplishing this transition without sufficient planning and organization significantly places the operational readiness of the medical center at increased risk and would likely result in unacceptable harm to the Veterans which the organization services. The IGCE is based on previous service rates with prescribed durations, as well as the market research and IGCE analysis used for the long-term award. The provider will not be required to submit certified cost or pricing data as the services have been determined to be commercial services. The Government will conduct a price analysis in accordance with 8.404(d) in addition and evaluation of the level of effort and cost associated within the Statement of Work (SOW) and price proposal. Attachment 2: Request for Limited Sources Justification Format >$150K (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 conducted prior to the award of the current contract that QSI holds for the broader facility maintenance requirement. It was also conducted for the future solicitation for the same services. However, it was not conducted for this particular requirement for snow removal services as an award to QSI for the term of performance is desired. (7)ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: No additional supporting facts for 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: The original plan was to have the Northport consolidated facilities maintenance award ready for October 1, 2015, but due to delays in the submittal, revision, and completion of the Acquisition Plan and draft solicitation, the projected milestones were significantly impacted and caused delay of the planned award. The snow removal services will take effect in the consolidated facilities maintenance award during the first option period and will be covered for all four option periods. (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. 12 November, 2015 DATE Northport VA Medical Center SERVICE LINE/SECTION FACILITY (10} APPROVALS IN ACCORDANCE WITH THE 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. 12 November. 2015 DATE NCO 3 FACILITY Chapter VI: Other Than Full and Open Competition {OFOC} SOP Attachment 2: Request for Limited Sources Justification Format >$150K b. Director of Contracting/DESIGNEE: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. 12 November, 2015 DATE HIGHER LEVEL APPROVAL (Required For orders over $650,000): c.SAO: I certify the justification meets requirements for restricting consideration of Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4. 23 Nov 2015 DATE SAO East Region Head of Contracting Activity (HCA) d.VHA HCA REVIEW AND APPROVAL (over $650,000 to $12.5 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for restricting consideration of the Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4 23 Nov 2015 DATE
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24316Q0040/listing.html)
- Document(s)
- Justification and Approval (J&A)
- File Name: GS-21F-0067V VA243-16-F-0431 GS-21F-0067V VA243-16-F-0431_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2443460&FileName=GS-21F-0067V-006.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2443460&FileName=GS-21F-0067V-006.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: GS-21F-0067V VA243-16-F-0431 GS-21F-0067V VA243-16-F-0431_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2443460&FileName=GS-21F-0067V-006.docx)
- Record
- SN03958944-W 20151204/151202234644-09770d4a6c8ab2fd9b9ea80a8907b724 (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 |