Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2020 SAM #6730
SPECIAL NOTICE

Y -- EMERGENCY COVID Neg Pressure Renovation 6K J&A

Notice Date
5/1/2020 7:06:32 AM
 
Notice Type
Justification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25720B0014
 
Archive Date
05/15/2020
 
Point of Contact
Rachelle Moore Contract Specialist 254-899-6028
 
E-Mail Address
rachelle.moore@va.gov
(rachelle.moore@va.gov)
 
Award Number
VA257-17-D-0064
 
Award Date
04/15/2020
 
Awardee
WICHITA FALLS TRI-TECH, LLC;1205 WISHING TREE LN;KELLER;TX;76248
 
Description
DEPARTMENT OF VETERANS AFFAIRS JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION 1. Contracting Activity: The agency responsible for this acquisition is: The Department of Veterans Affairs, Network Contracting Office, NCO17, 2002 Scott Blvd, Temple, TX 76504. The Contracting Officer for this emergency procurement is Rachelle Moore. The Department of Veteran Affairs proposes to enter into a contract on the basis of other than full and open competition, in accordance with FAR 6.302-2, Unusual and Compelling Urgency, for the Central Texas Health Care System, Engineering Service. Purchase Request Number 674-20-3-5901-0141. 2. Nature and/or Description of Action Being Processed: This request is for other than full and open competition. The proposed action is for COVID-19 Emergency Services to convert Building 204 Wing 6K to a Negative Pressure Wing located at the Central Texas Health Care Center, 1901 S. 1st Street, Temple, TX 76504. Wing 6K areas will be utilized to identify critical areas to provide direct patient care to any patients that may be affected by COVID-19. The entire wing will be restricted and renovated to meet the requirements for negative pressure. Network Contracting Office (NCO) 17 intends to award a Firm Fixed Price contract on a sole source basis to Tri-Tech, LLC., 1205 Wishing Tree Lane, Kellar, TX 76248. This firm has been verified as a Service Disabled Veteran Owned Small Business. 3. Description of Supplies/Services Required to Meet the Agency s Needs: The Engineering Department at the Temple VA Medical Center has requested to convert building 203 Wing 6k to a Negative Pressure Wing to prepare for an influx of patients with suspected/confirmed COVID-19. The Contractor shall remove, provide and install in rooms 6K06, 6K 07, 6K 08, 6K 09, 6K 10, 6K 11, 6K 13, 6K 14, 6K 15, 6K 16, 6K17 and 6K 18 the following: Remove and dispose of existing ceiling tiles and grid, install 5/8 drywall ceilings, , Replace existing lights with Sealed LED lights as selected by VA Rep and place them into operation, Install electronic sensors at pre-determined locations and Remove, retain and reinstall curtain racks. The 6K Wing area currently is unable to support the world-wide pandemic, and VA s Mission is to be an emergency back-up health system during this disaster/ pandemic. In an effort to combat the pandemic, the Engineering Staff has determined its necessary to make the required renovations to limit the spread of COVID-19 transmission. The total estimated value of the proposed action was originally $690,649.80 and the CO requested a proposal.� However, the final negotiated amount was $852,012.00 and the JOFOC now requires HCA approval. All work shall be completed within the estimated 21 days from issuance of the Notice to Proceed. Tri-Tech is located within close proximity of the hospital and they possess all the necessary materials, labor and supervision to preform the requirements of this urgent need. Moreover, they have experienced mechanical and electrical technicians that have extensive experience working on a system of this age. 4. Statutory Authority Premitting Other than Full and Open Competition: 41 USC �253(c) (1), as implemented by FAR 6.302.1 ( ) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per FAR 6.302-1; (X) (2) Unusual and Compelling Urgency per FAR 6.302-2; ( ) (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per FAR 6.302-3; ( ) (4) International Agreement per FAR 6.302-4 ( ) (5) Authorized or Required by Statute FAR 6.302-5; ( ) (6) National Security per FAR 6.302-6; ( ) (7) Public Interest per FAR 6.302-7; 5. Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): The proposed source for this action is Tri-Tech, LLC, a certified service-disabled veteran-owned small business (SDVOSB). Tri-Tech is currently the General Contractor for the Renvoation of Bldg 44W at the VAMC Temple. Tri-Tech employs the required certified mechanical technicians necessary to complete the required work under the resulting contract. Additionally, they have renovated numerous buildings and are familiar with all of the Central Texas Heath Care buildings. Delay in award of a contract will could greatly impact the mission in treatment of the current COVID-19 pandemic of patients and VA staff. The current conditions of the building cannot support the mission for treatment of this pandemic. In an effort to combat the situation, the Engineering Staff have designated a building and provided a design for construction in order for the Medical Staff to utilize to limited the spread and treatment of COVID-19 patients. When notified of the emergency, the Contracting Officer immediately reviewed the Statement of Work and determined most effective procurement method, the Contracting Office currently has a Multiple Award Task Order Contract (MATOC) vehicle in place to meet the needs for procurements such as this. This MATOC consist of Service Disabled Veterans Own Business that are currently registered in SAMS, VETBIZ and have past performance records indicating exemplinary and final acceptance of work. Tri-Tech is a SDVOSB contractor on the MATOC and possesses the requisite capabilities, knowledge, and expertise to provide the required construction services. Tri-Tech was notified to determine if they could complete the work within the estimated 21 days from issuance of the Notice to Proceed. Received notification from Tri-Tech, they have qualified staff with the required pre-requisite construction experience to complete the work within the time frame requested. Based on the above information, the Government has determined that Tri-Tech is capable of meeting VA s requirement at an expedited pace. Tri-Tech s home office is located approximately 85 miles from the VAMC Temple and has indicated they will have the staff on site to complete the work. Additionally, they have renovated numerous buildings at this facility and are familiar with the unique charateristics of the building. Moreover, they have experienced mechanical technicians that have extensive experience in the areas required. 6. Description of Efforts made to ensure that offers are solicited from as many potential sources as deemed practicable: Due to the urgency of this requirement, a synopsis was not posted to FedBizOpps.gov. FAR 5.202 (a) (2) allows exceptions to the requirement of publicizing proposed contract actions due to unusual and compelling urgency circumstances. 7. Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: A price comparison was made with the IGE in the amount of $690,649.80. Additionally, due to the non-competitive nature of the project, a price comparison was made with previously awarded similar mechanical projects; VA257-15-2816, Repair/Replacement of FCU and Drain Pan, VA257-16-C-0084, Emergency Fan Coil Replacement, , and VA257-J-2642, OR HVAC Repairs, 36C25720N0195, HVAC Bldg 93. The comparison determined Tri-Tech s price or $852,012.00 is in line with previously award prices. 8. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Market research was conducted by searching the VetBiz.gov database on April 13, 2020 to determine if Tri-Tech is a SDVOSB. This search concluded that Tri-Tech is registered and certified as an SDVOSB in the VetBiz.gov database and qualifies as a SDVOSB in accordance with Federal small business size standards for the applicable NAICS code 238220. Additionally, a search in the System for Award Management (SAM) was performed on April 13, 2020 showed that Tri-Tech is registered in SAM as an SDVOSB. Furthermore the VetBiz.gov search found a total of 671 SDVOSB s under NAICS code 238220 and a search using the SBA quick market search found a total of 2,244 Veteran Owned Small Businesses; 2,192 Woman or Woman Owned Small Businesses; 574 HUBZone Certified Small Businesses; 839 Small Disadvantaged Businesses; 1,190 8(a) Certified Small Businesses; and 1,471 Service-Disabled Veteran Owned Small Businesses under NAICS code 238220. Although the results of the market research demonstrate that there are sufficient SDVOSB s capable of doing this requirement, Tri Tech has past performance history indicating they have provided similar construction services and completion the project within the time frame specified. Tri-Tech has dedicated personnel to work at Temple, VAMC. Tri-Tech specializes in mechanical and electrical projects and has performed both of these specialties throughout VISN17. Tri-Tech has a history of performing excellent work, within our VISN, for the past five years. Based on this market research, the Government has determined that Tri-Tech, LLC is a SDVOSB and can meet the Government s urgent need. 9. Any Other Facts Supporting the Use of Other than Full and Open Competition: The Contracting Officer has determined that this procurement meets all the requirements of statute 38 U.S.C. 8127(c). This procurement is below the $5,000,000.00 threshold; Tri-Tech has been determined to be a responsible SDVOSB. 10. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: See Section 6 above. 11. A Statement of the 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: All future requirements will be handled on a case-by-case basis to determine any future acquisition strategy. Additionally, consistent with the guidelines of the Veterans First Contracting Program, the proposed action described herein will be synopsized on the Federal Business Opportunities Page in accordance with FAR Part 5. "" 12. 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 and belief.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/410325fe13aa472e811a5803aac3d65a/view)
 
Record
SN05642526-F 20200503/200501230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.