DOCUMENT
Z -- *New-Heat Exchangers Bldg 203- (VA-18-00054958) - Attachment
- Notice Date
- 4/20/2018
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 17;2002 Scott Blvd;Temple TX 76504
- ZIP Code
- 76504
- Archive Date
- 6/3/2018
- Point of Contact
- Anita Moore
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Award Number
- VA257-17-D-0064
- Award Date
- 4/4/2018
- Description
- DEPARTMENT OF VETERANS AFFAIRS Justification and Approval For Exception to Fair Opportunity Memo Acquisition Plan Action ID: VA257-18-AP-4806 Contracting Activity: Department of Veterans Affairs, VISN 17, Network Contracting Office 16, 2002 Scott Blvd., Temple, TX 76504. The purchase request number for this requirement is: 674-18-2-5065-1645. Description of Action: The propose sole source task order against Contract Number VA257-17-D-0064 is for a firm-fixed price (FFP) emergency effort to replace the heat exchangers in building 203 at the Temple Veterans Affairs Medical Center with Wichita Falls Tri-Tech, LLC, 1205 Wishing Tree Ln., Keller, TX 76248. The period of performance for this effort shall be 45 calendar days from date Notice to Proceed is issued. Description of Supplies or Services: The proposed action is to replace existing Heat Exchangers, valves and insulation. The Contractor shall provide all labor, supervision and all other resources required to purchase, deliver and install two (2) Bell & Gossett 5-260-18-120-002-SU1810-4 18 4-Pass Heat Exchangers; butterfly valves and insulation in Building 203 on the Main Steam line. The total value of the proposed action is $164,533.00. Statutory Authority: The statutory authority permitting an exception to fair opportunity is Section 41 U.S.C. 4106(c) as implemented by the Federal Acquisition Regulation (FAR) Subpart 16.505 Subpart 16.505(b)(2)(i): (X)FAR Subpart 16.505(b)(2)(i)(A): The agency need for the supplies or services is so urgent that providing a fair opportunity would result in unacceptable delays. ( ) FAR Subpart 16.505(b)(2)(i)(B): Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. ( ) FAR Subpart 16.505(b)(2)(i)(C): The order must be issued on a sole-source basis in the interest of economy and efficiency because it is a logical follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order. ( ) FAR Subpart 16.505(b)(2)(i)(D): It is necessary to place an order to satisfy a minimum guarantee. ( ) FAR Subpart 16.505(b)(2)(i)(E): For orders exceeding the simplified acquisition threshold, a statute expressly authorizes or requires that the purchase be made from a specified source. The statutory authority permitting an exception to fair opportunity for this action is 38 U.S.C. 8127(c), known as the Veterans First Contracting Program which provides the authority to directly contract with a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a Veteran-Owned Small Business (VOSB). ( ) FAR Subpart 16.505(b)(2)(i)(F) In accordance with section 1331 of Public Law 111-240 (15 U.S.C. 644(r)), contracting officers may, at their discretion, set aside orders for any of the small business concerns identified in 19.000(a)(3). When setting aside orders for small business concerns, the specific small business program eligibility requirements identified in part 19 apply. Rationale Supporting Use of Authority Cited Above: The original heat exchangers are over 20 years old, as such both units are failing and need to be replaced. These heat exchangers are necessary for direct patient care, as they provide heated water to the heating system. If the heat exchangers are not replaced the VAMC Temple, building 203 will be unable to stabilize the room temperatures throughout the direct patient care area of the hospital. The national standards for Operating Room (OR) temperature and humidity are 68-72 degrees and 20-60% relative humidity. This is set forth by the Association of periOperative Registered Nurses (AORN), is supported by Joint Commission, and is the standard that VAMC's are held to per policy and procedure and all surveyors. Temperature and humidity readings outside of these parameters have a negative effect on multiple environmental and patient safety considerations such as the ability to maintain sterility, increases in post-operative surgical site infections, and the delivery, effectiveness, and metabolism of certain anesthetics, etc. Maintaining these parameters is critical to the OR environment, patient safety, and high-quality surgical outcomes. As such it is imperative that these heat exchangers be replaced as quickly as possible so that patient care does not suffer. 6. Efforts to Obtain Competition: Market research was conducted, details of which are in the market research section of this document. This effort did not yield any additional sources that can meet the Government s requirements. There is no competition anticipated for this acquisition. In accordance with FAR 5.301 and 16.505(b)(2), this action will be synopsized at award on Federal Business Opportunities Page (FBO) and the justification will be made publicly available. 7. Actions to Increase Competition: The Government will continue to conduct market research to ascertain if there are changes in the market place that would enable future actions to be competed. 8. Market Research: The Government s technical experts conducted market research by reviewing the Contractors on the VISN17 Multiple Award Task Order Contract (MATOC). Based on reviews of the twenty (20) Service-Disabled Veteran-Owned Small Business (SDVOSB) Contractors included on the MATOC, the Government s technical experts determined that Wichita Falls Tri-Tech, LLC could meet the Government s needs for this requirement. This determination was based off past procurement history with Wichita Falls Tri-Tech, LLC successfully completing ahead of schedule previous Emergency requirements, and the fact that Wichita Falls Tri-Tech, LLC is currently already mobilized on site at the VAMC, Temple working on another Construction project. The ability to meet the aggressive schedule, and minimize start-up was advantageous to the Government, considering that the replacement of the Heat Exchangers is an Urgent Action and any delay in award or performance could adversely impact the Medical Center, Staff, and Veteran Patients. This market research is an ongoing process started in 2017 and continuously being conducted. 9. Other Facts: None. 10. Determination that Anticipated Cost is Fair and Reasonable: A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable: Price will be
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/32d68b9d5e2084825426cbe6c0540b7e)
- Document(s)
- Attachment
- File Name: VA257-17-D-0064 36C25718N1184 VA257-17-D-0064 36C25718N1184_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4242770&FileName=VA257-17-D-0064-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4242770&FileName=VA257-17-D-0064-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA257-17-D-0064 36C25718N1184 VA257-17-D-0064 36C25718N1184_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4242770&FileName=VA257-17-D-0064-001.docx)
- Record
- SN04896919-W 20180422/180420230848-32d68b9d5e2084825426cbe6c0540b7e (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 |