Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2020 SAM #6811
SPECIAL NOTICE

J -- Audio Visual Support services

Notice Date
7/21/2020 7:15:26 AM
 
Notice Type
Justification
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25020F0965
 
Archive Date
09/19/2020
 
Point of Contact
harvey.mcgowan@va.gov, Harvey J. McGowan, Phone: 216-447-8300 x3792/3793
 
E-Mail Address
harvey.mcgowan@va.gov
(harvey.mcgowan@va.gov)
 
Award Number
GS-35F-0661V
 
Award Date
08/01/2020
 
Awardee
POINT BREEZE COMMUNICATIONS, INC. SWEET VALLEY 18656
 
Award Amount
325000.00000000
 
Description
VHAPM Part 808.405-6 Limiting Sources Attachment 2: Request for Limited Sources Justification Format >SAT VHAPM Part 808.405-6 Limiting Sources Page 1 of 4 Original Date: 08/30/2017 Revision 02 Eff Date: 02/21/2020 LIMITED SOURCES JUSTIFICATION ORDER >SAT FAR PART 8.405-6 Acquisition Plan Action ID: 36C250-20-AP-4060 Contracting Activity: Department of Veterans Affairs, VISN 10, Louis Stokes Cleveland VA Medical Center and Network Contracting Office 10, Independence, OH. 2237: 541-20-4-061-0155 (2) Description of Action: This acquisition is conducted under the authority of the Multiple-Award Schedule Program (41 U.S.C. 152(3) and 40 U.S.C. 501). The proposed action is to provide a seamless support with a maintenance agreement for a period of performance not to exceed two (2) years from award of task order. This procurement will include audio visual operations, software and hardware support as well as hardware maintenance funding as a continuation of the existing task order for audio visual maintenance. Order against: FSS Contract Number: GS-35F-0661V Name of Proposed Contractor: Point Breeze Communications Inc. Street Address: 1417 State Rt. 118 City, State, Zip: Sweet Valley, PA 18656-2280 Phone: 570-814-0415 (3) Description of Supplies or Services: The Health Care Technology Service is requesting a third-party personnel services contract for an on-site audio visual (A/V) vendor that can provide seamless and continual preventative and operational maintenance on all existing A/V equipment as well as providing A/V project planning, consulting, design and installation for any existing enhancements to the LSCVAMC network. These services require specialized training and certification in Crestron software programming, NewTek TriCaster application support as well as CastNet software and hardware maintenance. The desired vendor - Point Breeze, a service-disabled veteran owned small business (SDVOSB), meets the VA s socio-economical contracting goals for during business with a Small Business and veterans first contracting. GSA contract # GS-35F-0661V. The proposed cost includes the base year and one option year. The estimated value of the proposed action is $653,000.00 (4) Identify the Authority and Supporting Rationale (see below and if applicable, a demonstration of the proposed contractor s unique qualifications to provide the required supply or service. FAR 8.405-6(a)(1)(A): An urgent and compelling need exists and following the ordering procedures would result in unacceptable delays: FAR 8.405-6(a)(1)(B): Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized; This maintenance and services agreement encompass several specialized certifications and skillsets to provide on-site support for audio visual equipment at the Louis Stokes Cleveland VAMC. Point Breeze can deliver operational support for audio visual equipment that employs the Crestron software programming language (proprietary) as well as the hardware that supports it. This vendor delivered rapid response for this proprietary Crestron software and quickly fixed several issues with audio video equipment in real-time that other vendors would. In addition, Point Breeze has exceeded expectations by supporting the NewTek TriCaster software application and is maintaining equipment while working with the specialized hardware vendor after recent purchase. Point Breeze can support the three (3) specialized audio-visual technologies currently deployed within the Louis Stokes Cleveland VAMC facilities. Albeit, the initial purchases and hardware maintenance required varied vendor support; however, Point Breeze acts as the go-between for one stop vendor support regarding these technologies which streamlines software updates and hardware repairs. The Crestron software packages are primarily managed by Point Breeze. The NewTek TriCaster mobile video unit and CastNet digital players are proprietary devices that must be repaired or replaced by original vendors. When those instances occur, Point Breeze supplies the technical expertise and competencies to manage these technologies is the Tier I support to the OEMs. Point Breeze has a fully vetted employee that is onsite and has access to support all third-party systems. FAR 8.405-6(a)(1)(C): In the interest of economy and efficiency, the new work is a logical follow-on to an original Federal Supply Schedule order provided that the original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures. The original order must not have been previously issued under sole source or limited source procedures. FAR 8.405-6(b): Items peculiar to one manufacturer: A patent, copyright or proprietary data limits competition. The proprietary data is: These are direct replacements parts/components for existing equipment. The material/service must be compatible in all aspects (form, fit and function) with existing systems presently installed/performing. (5) Describe Why You Believe the Order Represents the Best Value consistent with FAR 8.404(d) to aid the contracting officer in making this best value determination: The General Services Administration (GSA) has already determined the prices of fixed-price services, and rates for services offered at hourly rates, under Schedule contracts to be fair and reasonable. Therefore, ordering activities are not required to make a separate determination of fair and reasonable pricing, except for a price evaluation as required by 8.405-2(d). By placing an order against a Schedule contract using the procedures in 8.405, the ordering activity has concluded that the order represents the best value (as defined in FAR 2.101) and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the government s needs. The prices offered by Point Breeze are considered fair and reasonable when compared to the Independent Government Estimate. In addition, the selected vendor has demonstrated the necessary skills and ability to perform the required services at a discounted price lower than the GSA contract pricing. This vendor s past performance has provided best value to the government on technical merits and demonstrating a thorough understanding, knowledge and capability to provide necessary operation, maintenance and repair of aging and existing equipment. Point Breeze has provided value to the government with additional audio-visual knowledge transfer and on the job training for the TriCaster application and equipment to the government and would continue to provide ongoing support eliminating the need to procure an additional vendor support contract. The vendor s performance under its current contract (36C25018C0252) has been rated in CPARS as Very Good . (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 on VIP, under the NAICS code (238210) and key words (audio-visual maintenance) which resulted in 228 SDVSOB s and 48 VOSB s being possible available to fulfill this requirement. The current vendor, a VIP verified SDVOSB, is currently in place and provide excellent service at a discounted price. Per 38 U.S.C. 8127(c), which state: (c) Sole Source Contracts for Contracts Above Simplified Acquisition Threshold. For purposes of meeting the goals under subsection (a), and in accordance with this section, a contracting officer of the Department may award a contract to a small business concern owned and controlled by veterans or a small business concern owned and controlled by veterans with service-connected disabilities using procedures other than competitive procedures if (1) such concern is determined to be a responsible source with respect to performance of such contract opportunity; (2) the anticipated award price of the contract (including options) will exceed the simplified acquisition threshold (as defined in section 134 of title 41) but will not exceed $5,000,000; and (3) in the estimation of the contracting officer, the contract award can be made at a fair and reasonable price that offers best value to the United States. The incumbent vendor having met the above criteria, the CO has elected to award sole source to the incumbent, as authorized by law in conformity with 38 USC 8127(c). (7) Any Other Facts Supporting the Justification: The current task order ends July 31, 2020 and vetting another Contractor employee access to the VA s IT System would inhibit the ability to continue the necessary services effective 8/1/20 as background checks and PIV processes take at least 60 days to complete. (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: N/A (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. (This signature is the requestor s supervisor, fund control point official, chief of service or someone with responsibility and accountability.) _____ SIGNATURE DATE DAVID CHMIELEWSKI TELEHEALTH MANAGER COMMUNITY OUTPATIENT SVC NAME TITLE SERVICE LINE/SECTION LSCVAMC FACILITY (10) Approvals in accordance with the VHAPM Part 806.3 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. _____ CONTRACTING OFFICER S SIGNATURE DATE HARVEY J. McGOWAN, CONTRACTING OFFICER INDEPENDENCE, OH / NCO 10____ NAME AND TITLE FACILITY/NCO b. One Level Above the Contracting Officer (Required over the SAT but not exceeding $700K): I certify the justification meets requirements for other than full and open competition. _____ SIGNATURE DATE LISA BAILEY NAME NCO 10 / -Acting Branch Chief, Service Team 2
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/59d9b2533bbb427c81abeeba62f57e61/view)
 
Record
SN05727273-F 20200723/200721230147 (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.