DOCUMENT
J -- Base Chiller Maintenance - Attachment
- Notice Date
- 11/8/2017
- Notice Type
- Attachment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Veteran Affairs;VA Connecticut Healthcare System;950 Campbell Avenue;West Haven CT 06516
- ZIP Code
- 06516
- Archive Date
- 12/8/2017
- Point of Contact
- Chantel Guest
- E-Mail Address
-
k
- Small Business Set-Aside
- N/A
- Award Number
- GS-06F-0060P
- Award Date
- 11/8/2017
- Description
- Limited Source Justification This acquisition is conducted under the authority of the Multiple Award Schedule Program. The services listed in part 3 below are for chiller maintenance services and were procured in accordance with FAR 8 and in 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: Johnson Controls, Inc. Manufacturer/Contractor: Johnson Controls, Inc. Manufacturer/Contractor POC & phone number: Scott Galaszewski, 414 405 5554 Mfgr/Contractor Address: 507 E. Michigan Street, Milwaukee, WI 53202 5202 Dealer/Rep address/phone number: Same as above The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY: Department of Veterans Affairs Connecticut VAMC 950 Campbell Avenue West Haven, CT 06516 NCO: 1 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: This is a limited sources justification to establish a task order against FSS contract GS 06F 0060P with Johnson Controls, Inc. for maintenance, repairs, and emergency service on the Facility Chiller Systems at the Connecticut, VA Medical Center and associated buildings. The task order will be firm fixed price. (3) (a) A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY S NEED: The VA requires maintenance services, repairs and emergency services as needed on critical chiller systems located at the West Haven VAMC. (b) ESTIMATED DOLLAR VALUE: Base and One Option to include estimated repairs, and emergency services not to exceed $650,000.00 (c) REQUIRED DELIVERY DATE: The period of performance for this Base Year of the task order will be November 8, 2017 to November 5, 2018 with a one year option to extend services (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. Specific characteristics of the material or service that limit the availability to a sole source (Unique features, function of the item, etc.).The Chiller Systems located at the West Haven VA Medical Center and its outlying buildings consist of equipment and intellectual knowledge unique to Johnson Controls. (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: Johnson Controls offers GSA schedule pricing for products and labor to maintain all security systems in place at the West Haven VAMC and associated buildings. Per FAR Part 8.404, Use of Federal Supply Schedules, pricing has already been determined to be fair and reasonable. Approximately $12,000,000.00 has been invested in the current chiller equipment and upgrades. Total equipment replacement costs would exceed the amount the VA has invested in the current system, its components, and associated maintenance. Given the VA s significant investment in the current system infrastructure and the prohibitive cost of a replacement system, the CO has determined that maintaining the current system with Johnson Controls represents the best value to the government. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: As part of the market research Johnson Controls, Inc., a holder of GSA contract GS 07F 190CA and GS 06F 0060P, was contacted by the West Haven VAMC FMS to provide a multiple year quote for the new facilities requirement. West Haven has attempted to find other possible vendors that could perform services. Responses were evaluated and it was determined that no other vendors were able to meet the requirements of this procurement. The systems, software and hardware products are proprietary to Johnson Controls and Johnson Controls is the only source capable of providing the ongoing software and maintenance updates to the Chiller network. The Contracting Officer could not identify another vendor who could meet VA s requirement. Lorrie Baines, Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/70e462ec734d35d5564b0a5dfbba28e7)
- Document(s)
- Attachment
- File Name: GS-06F-0060P 36C24118F0013 GS-06F-0060P 36C24118F0013_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3899206&FileName=GS-06F-0060P-019.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3899206&FileName=GS-06F-0060P-019.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-06F-0060P 36C24118F0013 GS-06F-0060P 36C24118F0013_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3899206&FileName=GS-06F-0060P-019.docx)
- Record
- SN04735245-W 20171110/171108230929-70e462ec734d35d5564b0a5dfbba28e7 (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 |