SPECIAL NOTICE
J -- Re-core Locks
- Notice Date
- 5/12/2021 9:15:24 AM
- Notice Type
- Special Notice
- NAICS
- 423710
— Hardware Merchant Wholesalers
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24721Q0497
- Archive Date
- 06/11/2021
- Point of Contact
- Darlene Chase, Darlene.Chase@va.gov, Phone: 404-321-6111 x2428
- E-Mail Address
-
darlene.chase@va.gov
(darlene.chase@va.gov)
- Awardee
- null
- Description
- Notice of Intent to award Sole Source Non Competitive Contract for Re-core Locks throughout Hospital and Remote Clinics for the Carl Vinson VAMC, Dublin, GA The Department of Veterans Affairs intends to award a Sole Source firm-fixed price purchase order to Nacci Construction Services Inc., located at 110B N. Louisville St., Harlem, GA 30814. In accordance with Federal Acquisition Regulation (FAR) Part 12, Commercial Items, FAR Part 6, Competition Requirements, and FAR Part 13, Simplified Acquisition Procedures. The Statutory authority permitting other than full and open competition is FAR 6.302-1 - Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The purpose of this procurement is to have a contractor provide Re-core Lock Services for the Carl Vinson VAMC, Dublin, GA, specifically the removal of all existing lock cores and installation of new Best MX8 Combinated IC cores. The Best Core is the Brand Name required based on the fact the facilities current equipment supports the Best Core; the facility currently uses Best Locks software and the staff has been trained on Best locks and software. The following seven (7) Department of Veterans Affairs facilities listed below are to serviced under this project; which includes 41 buildings at the Carl Vinson VAMC; with multiple floors in Dublin and the remaining 6 locations with only one building. The contractor has obtained a unique person catalog knowledge and experience with Best MX8 Combinated IC cores. GENERAL: Contractor shall provide all labor, travel, materials, and coordination as required to replace all Best door lock cores at the Carl Vinson VA Medical Center and all six Community Based Outpatient Clinics; Brunswick, Albany, Tifton, Bibb, Perry, Milledgeville. Work shall include 6,500 Best 7-pin cores, two keys per core, Keystone software upgrade, one SAM box and associated proximity card reader. The contractor shall provide all equipment, parts, labor, and services necessary to complete the replacement at Carl Vinson VAMC, 1826 Veterans Blvd, Dublin, GA and all associated CBOCs. All work will be in accordance with applicable local, state, and federal codes, guidelines, and regulations governing such work. DAYS AND HOURS OF OPERATION: Monday - Friday, 8:00 a.m. to 5:00 p.m. PERFORMANCE REQUIREMENT: Removal and Disposal: Remove all existing cores as the new cores are being installed. Removal will include approximately 5,000 cores. Turn all removed cores over the VA for disposal. Installation: Install new Best MX8 Combinated IC cores at seven locations shown below: Dublin VAMC 1826 Veterans Blvd, Dublin, GA 31021, all buildings Brunswick CBOC 1111 Glynco Pkwy Ste 200, Brunswick, GA 31525 Albany CBOC 814 Radford Blvd, Albany, GA 31704 Tifton CBOC 1824 Ridge Avenue North, Tifton, GA 31794-3441 Bibb CBOC 5566 Thomaston Road, Macon, GA 31220-8118 Perry ORC 2370 South Houston Lake Road, Kathleen, GA 31047-5400 Milledgeville CBOC 2249 Vinson Highway Southeast, Milledgeville, GA 31061-4807 Best Cores to be 1 CXMX8 X Series Keyway to match locks at the facilities, finish 626. Quantity 6,500 cores. There are approximately 5,000 door cores that need to be replaced. The additional cores are for future additions and projects where new cores on the same system will be required. Additional cores to be turned over the VA. Each door lock will have two keys included. One Sam Cabinet/Box, 64 key, Best Model Number K1C2828B064G/6DX28WX28H. This box shall be installed in the EMS area at the Dublin VAMC, Building 11C. One proximity card reader shall be installed and connected to this Sam box and tied into our main security card access system. Keystone Software shall be upgraded for existing users to include new locks. Work shall include labor to map out all core locations and installation. Installer should provide concise timelines for installation, within 90 days. Per the service line Engineer, the facility cannot accept any cores except Best. The facility has all the equipment to support Best locks/cores and locksmiths are trained in Best locks. The service line has Best software. The cores may fit in the Best lock hole, however, all of our stock, blanks, software, etc. are for Best. It would not be cost effective to the Government to purchase all new key cutting equipment, software, key blanks and train the employees. The estimated cost would be at least $150,000 to $175,000. This estimate is based on the Service line s knowledge of the current three key cutting machines and thousands of key blanks for BEST that cost about $100,000 several years ago. Accordingly, Nacci Construction Services , Inc. is the only firm capable of providing the supplies and services described in Section III above without the Veteran s Health Administration experiencing substantial duplication of cost that could not be expected to be recovered through competition and unacceptable delays in fulfilling its requirements. Warranty: One-year warranty to include parts, technical and software phone support and software upgrades. PROPOSAL: Proposal should include parts and labor expected to be used. CONTRACTING PERFORMANCE MONITORING: The government reserves the right to monitor services in accordance with the Performance Requirements. THE PURPOSE OF THIS NOTICE IS TO SATISFY THE REQUIRMENTS OF FAR SUBPART 5.2. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, all responsible parties who identify their interest and capability to satisfy this requirement will be considered. No solicitation will be issued, therefore, all requests for the solicitation will be considered non-responsive. A determination not to compete this action based upon responses received is in the sole discretion of the Government. All interested parties must express their interest and capabilities in writing via e-mail to Darlene Chase at Darlene.Chase@va.gov by the response date; 11:00 a.m. EST May 17, 2021. All OPM contractors are required to register in the System for Award Management (SAM) database prior to execution of award. If no competitive responses are received, an award will be made to Nacci Construction Services, Inc. VHAPM Part 813.5 Simplified Acquisition Procedures for Certain Commercial Items Attachment 1: Request for Sole Source Justification Template >SAT-$7.5M under FAR13.5 PM Part 813.5 SAP for Certain Commercial Items Original Date: 08/30/17 Revision 03 Date: 02/11/2021 Page 1 of 5 DEPARTMENT OF VETERANS AFFAIRS SOLE SOURCE JUSTIFICATION UNDER SIMPLIFIED PROCEDURES FOR CERTAIN COMMERCIAL ITEMS IN ACCORDANCE WITH FAR 13.5 Acquisition Plan Action ID: Contracting Activity: Department of Veterans Affairs, VISN 7, Carl Vinson VA Medical Center, 1826 Veterans Blvd, Dublin, GA 31201. Nature and/or Description of the Action Being Processed: Remove and replace all existing cores with Best MX8 Combinated IC Cores at the Carl Vinson VA Medical Center and six Community Based Outpatient Clinic (CBOC) (see addresses listed below in item 3). The contractor shall provide all equipment, parts, labor, and services necessary to complete the project as described in the associated Statement of Work (SOW) . All work will be in accordance with applicable local, state, and federal codes, guidelines, and regulations governing such work. The overall project is estimated to include approximately 5,000 cores. All cores removed shall be return to the VA for proper accountability and disposal. Description of Supplies/Services Required to Meet the Agency s Needs: The purpose of this procurement is to have a contractor provide Re-core Lock Services for the Carl VinsonVAMC, Dublin, GA, specifically the removal of all existing lock cores and installation of new Best MX8 Combinated IC cores. The Best Core is the Brand Name required based on the fact the facilities current equipment supports the Best Core; the facility currently uses Best Locks software and the staff has been trained on Best locks and software. The following seven (7) Department of Veterans Affairs facilities listed below are to serviced under this project; which includes 41 buildings at the Carl Vinson VAMC; with multiple floors in Dublin and the remaining 6 locations with only one building. Carl Vinson VAMC 1826 Veterans Blvd, Dublin, GA 31021, all buildings Brunswick CBOC 1111 Glynco Pkwy Ste 200, Brunswick, GA 31525 Albany CBOC 814 Radford Blvd, Albany, GA 31704 Tifton CBOC 1824 Ridge Avenue North, Tifton, GA 31794-3441 Bibb CBOC 5566 Thomaston Road, Macon, GA 31220-8118 Perry ORC 2370 South Houston Lake Road, Kathleen, GA 31047-5400 Milledgeville CBOC 2249 Vinson Highway Southeast, Milledgeville, GA 31061-4807 Statutory Authority Permitting Restricted Competition: FAR 13.5 Simplified Procedures for Certain Commercial Items. The statutory authority for Simplified Procedures for Commercial Items of FAR 13.5 is 41 U.S.C. ยง 1901 and is implemented by FAR 13.106-1(b)(2) for restricting competition on this procurement. Competition is restricted on this procurement for the reason below: FAR 13.5 Simplified Procedures for Certain Commercial Items. The statutory authority for applying the Simplified (X) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements ( ) Unusual and Compelling Urgency ( ) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services ( ) International Agreement ( ) Authorized or Required by Statute ( ) National Security ( ) Public Interest Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): Best Locks and Cores are solely manufactured by Dormakaba Group. Dormakaba Group operates under a dedicated distribution model, they do not sell their products to end users. Their distribution model uses authorized distributors (dealers). Dormakaba Group does not require their distributors/dealers to obtain a license to purchase or install any of their products, i.e. Best Core locks. Dormakaba is a large business that does not sell to directly to the Government. They are also the sole manufacturer of Best locks and cores and they are a large business. The Best Locks are Brand Name Locks and the facility currently has all the equipment to support Best locks/cores. The locksmiths are trained in Best locks and the facility has the Best lock software, other cores may fit in the Best lock hole, however, all of our stock, blanks, software, etc., are for Best. The Best Cores model that is being procure is 1 CXMX8 X Series Keyway to match locks at the facilities, finish 626. The CV VAMC needs 6,500 cores to replace the facility approximately 5,000 door cores . The additional cores are for future additions and projects where new cores on the same system will be required. Best Cores to be 1 CXMX8 X Series Keyway compatible and approved for use with the existing lock system. No other branditems were shown to be compatible with the existing equipment/locks. Additionally, the required salient features limit this requirement to the Keystone software compatible with the existing locks. Each door lock will have two keys included and One Sam Cabinet/Box, 64 key, Best Model Number K1C2828B064G/6DX28WX28H. This box shall be installed in the EMS area at the Dublin VAMC, building 11C. One proximity card reader shall be installed and connected to this Sam box and tied into our main security card access system. Keystone Software shall be upgraded for existing users to include new locks. Work shall include labor to map out all core locations and installation. Installer should provide concise timelines for installation, within 90 days. Per the service line Engineer, the facility cannot accept any cores except Best. The facility has all the equipment to support Best locks/cores and locksmiths are trained in Best locks. The service line has Best software. The cores may fit in the Best lock hole, however, all of our stock, blanks, software, etc. are for Best. In addition, it would not be cost effective to the Government to purchase all new key cutting equipment, software, key blanks and train the employees. The estimated cost would be at least $100,000 to $175,000. This estimate is based on the Service line s knowledge of the current three key cutting machines and thousands of key blanks for BEST locks Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: On August 14, 2020 RFQ 36C24720Q0575 was posted on beta.SAM.gov as a Service - Disabled Veteran Owned Small Business set-aside. August 17, 2020 through August 21, 2020, five (5) amendments were issued to provide responses to all request for information received. On August 26, 2020, the RFQ closed with four (4) quotes being received. Other vendors were also solicited by the Service Line: Macon Door & Hardware POC: Cheryl Whetstone PO Box 4927 Macon, GA 31208-4927 478-741-2281 cheryl.whetstone@macondoor.com Southern Lock & Supply Co. POC: Earl Ward PO Box 1980 Pinellas Park, FL 33780-1980 727-541-5536 earlward@southernlock.com GSA Contract GS-07F-04878Y Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: I certify that the foregoing justification Is accurate and complete to the best of my knowledge and belief. Note: CO s are required to make a determination of price reasonableness IAW FAR 13.106.3. Award will be made to the lowest priced acceptable responsible offeror, whose proposal conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Technical trade-off will not be made and no additional credit will be given for exceeding the minimum requirements. The CO/Government will award a contract resulting from the solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The CO/executive agency will not realize any, or minimal, value from a contract proposal exceeding the minimum technical performance requirements set forth in the request for proposal. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: As described in section#6 above, market research, in accordance with FAR Part 10, was conducted by synopsis of the proposed acquisition, advising industry of the pending acquisition and soliciting inquiries from interested parties. Any Other Facts Supporting the Use of Other than Full and Open Competition: N/A Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: N/A 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: Contracting Activity will continue to encourage full and open competition whenever possible. 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. Name: Title: Engineer Facility: Department of Veterans Affairs Date: Approvals in accordance with the VHAPM Part 806.3 OFOC SOP: Contracting Officer or Designee s Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Name: Title: Contracting Specialist Facility: NCO 7 Date: One Level Above the Contracting Officer (Required over SAT but not exceeding $750K): I certify the justification meets requirements for other than full and open competition. Name: NCO 7/Georgia Services Branch Chief Facility: NCO 7 Date:
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8c1ef521454e4fa68870bdc367a1757c/view)
- Record
- SN05999210-F 20210514/210512230110 (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 |