SPECIAL NOTICE
71 -- 71--Purchase office furniture for the OA offices within the EPAs Federal Triangle C
- Notice Date
- 2/2/2023 5:17:11 AM
- Notice Type
- Justification
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- CINCINNATI ACQUISITION DIV (CAD) CINCINNATI OH 45268 USA
- ZIP Code
- 45268
- Solicitation Number
- 68HERC23Q0020
- Archive Date
- 02/03/2023
- Point of Contact
- Rechenberg, Kathleen, Phone: 513-487-2853
- E-Mail Address
-
Rechenberg.Kathleen@epa.gov
(Rechenberg.Kathleen@epa.gov)
- Award Number
- 68HERC21A0003
- Award Date
- 01/30/2023
- Description
- Upon the basis of the following justification, prepared in accordance with Federal Acquisition Regulation (FAR) 8.405-6(c), I, Kathleen Rechenberg, as Contracting Officer, hereby approve the use of sources limited to fewer than those required in FAR 8.405-1, FAR 8.405-2, and FAR 8.405-3 pursuant to the authority of 41 U.S.C. 251 as implemented by FAR 8.405-6(b). This acquisition is conducted under the authority of the Multiple-Award Schedule Program (41 U.S.C. 251, et seq. and 40 U.S.C. 501). 1. Identification of the agency and the contracting activity. U.S. Environmental Protection Agency Cincinnati Acquisition Division 26 Martin Luther King Dr. W., Cincinnati, OH 45220 2. Nature and/or description of the action being approved. The Office of Administrator requires furniture modifications to the existing suites within the EPA�s Federal Triangle Complex, William Jefferson Clinton North (WJCN), which is already built-out with Haworth furniture. The entire suite is not impacted by the furniture modifications; therefore, consistency in using the same type of furniture currently located within the suite is critical. These services will be procured via the nationwide furniture BPA managed by CAD. These supplies will be firm-fixed price under the existing BPA. 3. A complete description of the supplies and/or services required to meet the agency�s needs. AO requires modifications and reconfigurations of multiple spaces to include, but not limited To, WJC 2435 and 2436. Within these spaces items such as oval tables, credenzas, desks, and hutches will need to be installed. AO requires labor services to install items and to remove existing pieces. 4. An identification of the LSJ rationale, and if applicable, a demonstration of the contractor�s unique qualifications to provide the required supply or service. � FAR 8.405-6(b) � An item peculiar to one manufacturer is required (i.e., brand name item, product, or a feature of a product). 5. A determination by the ordering activity Contracting Officer that the order represents the best value consistent with FAR 8.404(d) and FAR 8.405-2(d). Upon receipt of offeror�s proposal, the Contracting Officer will consider the level of effort and the mix of skills available for the tasks needed, that the proposed order or BPA represents a reasonable total price and will be the best value for the department. Ordering from Haworth represents the best value to the Government, as the order is placed off a strategic sourcing vehicle and the use of any other contractor would incur significant expenses to modify existing power/cable installations and to modify existing furniture to match new furniture connections. Those expenses are completely avoided by utilizing Haworth. 6. A description of the market research conducted among schedule holders, and the results of the research, or a statement why market research was not conducted. A statement must be made that the supplies and services are available from the FSS. Market research was conducted, and it was determined that EPA�s strategic sourcing BPAs offered one brand name contractor with compatible components for the existing furniture at EPA HQ. Haworth products comprise over 98 percent of the existing furniture at EPA HQ and Haworth products are not compatible with any other existing furniture within the suites. Therefore, adding different types of furniture within these spaces will cause additional structural work to existing power/cable installations and create inefficiencies. For example, the Haworth power systems are not compatible with other manufacturers. Different manufacturers, other than Haworth, will require the installation of separate power sources (whips). The additional installation of multiple whips required to power workstations will increase costs for the agency. Using Haworth furniture will guarantee consistency and standardization of existing Haworth furniture within the alteration spaces. It will also ensure equity is maintained within the modified spaces since the newly modified furniture will match the existing workspace. 7. Any other facts supporting the limited source justification. Haworth products will only connect to other Haworth products. The reconfigurations involve partial removal of existing parts and the assembling of new parts to exactly match within the workstations. This can be achieved only by utilizing the existing furniture manufacturer and product line (Haworth). Ultimately, this will reduce costs to the agency significantly. The use of different manufacturer�s products will cause different panel heights, sizes of worksurfaces, appearance, etc. Using Haworth will keep down costs to the agency since the entire suite does not have to be modified with �like� furniture from another manufacturer, should one be chosen. 8. A statement of the actions, if any, the agency will take to remove or overcome any barriers that led to restricted consideration before any subsequent acquisition for supplies and services is made. This is a strategically sourced BPA with six competed vendors providing services and supplies.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cdf4940356f14d17b17c2b681685c227/view)
- Record
- SN06580322-F 20230204/230202230110 (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 |