DOCUMENT
J -- Preventive Maintenance Program (VA-17-906294) - Justification and Approval (J&A)
- Notice Date
- 3/15/2018
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of Veterans Affairs;VAMC;10 N Greene St;Baltimore MD 21201
- ZIP Code
- 21201
- Solicitation Number
- 36C24518Q9013
- Archive Date
- 3/20/2018
- Point of Contact
- Cheri Ames
- E-Mail Address
-
7-1500<br
- Small Business Set-Aside
- N/A
- Award Number
- TBD
- Award Date
- 3/20/2018
- Description
- Chapter VI: Other Than Full and Open Competition (OFOC) SOP Attachment 4: Single Source Justification for SAP under $150K OFOC SOP Revision 05 Page 1 of 2 Original Date: 09/15/17 Revision 05 Date: 09/16/17 JUSTIFICATION FOR SINGLE SOURCE AWARDS IAW FAR 13.106-1 (OVER MICRO-PURCHASE THRESHOLD($3.5K) BUT NOT EXCEEDING THE SAT ($150K)) IAW FAR13.104, COs must promote competition to the maximum extent practicable to obtain supplies and services from the source whose offer is the most advantageous to the Government, considering the administrative cost of the purchase. When competition is not practicable, IAW FAR13.106-1(b), COs solicit from a single source for purchases not exceeding the simplified acquisition threshold. COs may solicit from one source if the CO determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization). IAW FAR13.106-3(b)(3),COs are required to include additional statements explaining the absence of competition (see 13.106-1 for brand name purchases) if only one source is solicited and the acquisition does not exceed the simplified acquisition threshold (does not apply to an acquisition of utility services available from only one source) or supporting the award decision if other than price-related factors were considered in selecting the supplier. This template when completed can be used to document single source awards IAW FAR13.106-3(b) (3). Note: Statements such as "only known source" or "only source which can meet the required delivery date" are inadequate to support a sole source purchase. 1. ACQUISITION PLAN ACTION ID: 512-18-1-641-0035 1A. PROJECT/TASK No. 1B. ESTIMATED AMOUNT: $ 13,152.00 2. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED AND THE INTEND Dorma/Carolina Doors will perform a Visually inspect each door assembly for obvious problems, malfunctions broken parts, remove cover of operating mechanism to reveal control panel. Check and adjust doors for proper operation of opening speed, Back-latch operation and speed, Closing speed, Latching operation and speed. Check and adjust all actuating and safety devices, if so equipped such as Proximity or electronic actuating devices. The contractor agrees to maintain Workman s Compensation and Employer s Public Liability Insurance in accordance with the laws of the State of Maryland. Before award, the Contractor shall furnish to the Contracting Officer a certificate of insurance indicating the coverage outlined and containing an endorsement to the effect that cancellation or any material change in the policies which adversely affects the interests of the government in such insurance shall not be effective unless a thirty (30) day advance written notice of cancellation or change is furnished to the Contracting Officer. 3. UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: Dorma/Carolina Doors has been proven with success that they are capable of coordinating between various federal, regional, state, and local agencies. Dorma is already vested in the Baltimore facility for several years and it makes sense that they continue their efforts to perform the Preventive Maintenance on the automatic door system and related components, as well as follow all the manufacturers guidelines for preventative maintenance. 4. DESCRIPTION OF MARKET RESEARCH CONDUCTED AND RESULTS OR STATEMENT WHY IT WAS NOT CONDUCTED: A brief Market Research effort was performed on to verify availability of Automatic Door Companies in the area. The results yielded several firms most from out of state, some with less than desired past performance history at the Baltimore facility and a few that were not in close proximity and incapable of performing the task in a reasonable amount of time. 5. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Note: COs are required to make a determination of price reasonableness IAW FAR 13.106-3. See the Commercial Supply and Service SOP for Price Reasonableness templates. Signature: ______________________________ Date:____________________ Name:__________________________________ Title:___________________________________ NCO:_________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/36C24518Q9013/listing.html)
- Document(s)
- Justification and Approval (J&A)
- File Name: 36C24518Q9013 36C24518Q9013.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4152955&FileName=36C24518Q9013-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4152955&FileName=36C24518Q9013-002.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Record
- SN04856522-W 20180317/180315232301-07e5afa9a6b29de9f64f5bf648e1134e (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 |