Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 26, 2024 SAM #8339
SPECIAL NOTICE

Z -- 660-24-090 Emergency Demo Flooding Building 1 | (VA-24-00108043) - 660C43298

Notice Date
9/24/2024 7:14:08 AM
 
Notice Type
Justification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25924C0135
 
Archive Date
10/24/2024
 
Point of Contact
Ilze Karklins-Powers, Contracting Officer, Phone: 307-433-3727
 
E-Mail Address
ilze.karklins-powers@va.gov
(ilze.karklins-powers@va.gov)
 
Award Number
36C25924C0135
 
Award Date
09/09/2024
 
Awardee
MSC DESIGN BUILD LLC OGDEN 84401
 
Award Amount
749252.99000000
 
Description
Request for Sole Source Justification Format >SAT VHAPG Part 806.3 OFOC Page 1 of 4 Revision: 03 Effective Date: 04/15/24 Acquisition ID#: 36C250-24-AP-5400 DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>SAT) Acquisition Plan Action ID: 36C259-24-AP-5400 Tracking #: FY24-NCO-19-2776 Contracting Activity: Department of Veterans Affairs, NCO 19 located at 6162 South Willow, Suite 300, Greenwood Village, CO 80111 on behalf of VISN 19, George E. Wahlen Medical Center located at 500 Foothill Drive, Salt Lake City, UT 84148. 2237 #: pending Nature and/or Description of the Action Being Processed: This requirement is for the emergent demolition of multiple areas with in Building 1 to include floors 1-6, ground floor and zones A, B and C due to a 1.5 water line break on the 6th floor of the building which has caused considerable damage to the area. The contractor will provide demolition and disposal of specified areas within the floors and zones which been damaged by water. This requirement will be a sole source firm-fixed-price contract. The HCA was notified of the emergency and provided approval for the action to move forward on August 27, 2024. The estimate cost of this requirement is $749,252.99. Description of Supplies/Services Required to Meet the Agency s Needs: The project requires construction services to demolish and remove the specified areas of Building 1 which have been affected by the damage of the water line break. The estimated period of performance is between 60 and 120 days. Statutory Authority Permitting Other than Full and Open Competition: ( ) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per 41 USC §3304(a)(1) as implemented by FAR 6.302-1; ( X ) (2) Unusual and Compelling Urgency per 41 USC §3304(a)(2) as implemented by FAR 6.302-2; ( ) (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per 41 USC §3304(a)(3) as implemented by FAR 6.302-3; ( ) (4) International Agreement per 41 USC §3304(a)(4) as implemented by FAR 6.302-4 ( ) (5) Authorized or Required by Statute per 41 USC §3304(a)(5) as implemented by FAR 6.302-5; ( ) (6) National Security per 41 USC §3304(a)(6) as implemented by FAR 6.302-6; ( ) (7) Public Interest per 41 USC §3304(a)(7) as implemented by FAR 6.302-7; Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): The contractor, MSC Design Build is uniquely qualified for this project. MSC Design has years of experience working at the George E. Wahlen facility, is familiar with the location of the work and has provided construction services in similar situations with water main/line breaks at the facility. The contractor is ready to mobilize immediately. The contractor is active in SAM.gov and VetCert. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: For this emergent requirement, it was not practical to solicit the requirement. Immediate action was required for patient and staff safety as water was flooding the area. MSC Design Build was contacted based on previous experience and knowledge of the contractor s capabilities for a project of this size and magnitude. Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: The anticipated cost to the government has been an ongoing discussion with the contractor to determine what needs to be done immediately versus what can be done at a later time. This project will cover the demolition of the affected area to ensure mold and other contaminants are not actively remaining in the affected area. Based on discussions with the contractor, facility and management, the cost to the government for this requirement is determined to be fair and reasonable. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: The following market research has been completed and is included in the eCMs briefcase Verification of MSC Design Build LLC in VetCert. Expiration 1/30/2028 Verification of MSC Design Build LLC in SAM. Expiration 2/19/2025 Any Other Facts Supporting the Use of Other than Full and Open Competition: Demolition for this emergent requirement is necessary to mitigate any infection control concerns based on the water damage. Patients have been moved from affected areas and the hospital is now more limited with the inpatient services they can provide for our veterans. Sole sourcing the requirement will cut down on the time it takes to get the hospital back to full service capacity and will allow contracting time to solicit through the VISN 19 Construction MATOC for construction services to repair/renovate the damaged space. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: NA 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: The demolition aspect of this emergent project is being sole sourced. While the demolition requirement is worked, a solicitation for the repairs/renovation of the affected areas will be solicited as a set aside for SDVOSBs through the VISN 19 Construction MATOC. 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. /s/ Jeremiah Percy 9/23/2024 _____________________________ ________________________ Name: Jeremiah Percy Date Title: Lead Maintenance Carpenter Facility: George E. Wahlen VAMC Approvals in accordance with the VHAPM Part 806.3 OFOC SOP: Contracting Officer Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. /s/ Ilze Karklins-Powers 9/23/2024 _____________________________ ________________________ Name: Ilze Karklins-Powers Date Title: Contract Specialist Facility: NCO 19 Construction Team 1 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. /s/ Donna Gillette 9/23/2024 _____________________________ ________________________ Name: Donna Gillette Date NCO 19 Supervisory Contract Specialist Facility: NCO 19 Construction Team 1
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/20b710ed9ef54153b99da0e5f4cc1e83/view)
 
Record
SN07222667-F 20240926/240924230114 (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.