AWARD
Z -- 550-25-M207 Replace B58 AHU-11 (CON)
- Notice Date
- 9/29/2025 7:56:33 AM
- Notice Type
- Award Notice
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25225R0079
- Archive Date
- 11/28/2025
- Point of Contact
- Melanie Fortune, Contract Specialist, Phone: (414) 384-2000, ext. 40018
- E-Mail Address
-
melanie.fortune@va.gov
(melanie.fortune@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Award Number
- 36C25225C0061
- Award Date
- 09/26/2025
- Awardee
- AmeriTech Contracting LLC BERLIN 06037 CTE
- Award Amount
- 317304.00
- Description
- Attachment 1: Request for SDVOSB/VOSB Sole Source Justification Format IAW VAAR 819.7008/9 VHAPG Part 819.7008/7009 Sole Source Awards to SDVOSB/VOSB Page 1 of 6 Revision: 04 Effective Date: 11/15/2024 DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition Acquisition Plan Action ID: � � 36C252-25-AP-1983� � Contracting Activity: Department of Veterans Affairs, VISN 12, 550 VA Illiana Health Care System, Danville, IL Contracting Agency: Great lakes Acquisition Center (GLAC) Requested by: 550-25-M207 Replace B58 AHU-11 (Station 550) 2237: 550-25-3-329-0164 NCO-12 Construction Team 2 Nature and/or Description of the Action Being Approved: The VA Illiana Health Care System (VAIHCS) in Danville, Illinois, has a requirement to replace and remove the existing air handling unit (AHU) that is at the end of useful life, rental and installation of a temporary replacement AHU during the time between the removal of the existing and the installation of the new replacement AHA. Description of Supplies/Services Required to Meet the Agency s Needs: Note that this is project is to provide a new air handler to replace the existing Building 58 AHU-11 Trane Climate Changer BCHB0902 that is at the end of useful life and currently serving Building 58. Due to equipment lead times of six to eight months for the recommended Trane, Performance Climate Changer Model CSAA010UA, air-handler unit and all other essential equipment for this requirement all equipment must be delivered prior to the start of demolition to minimize impact to facility operations and any temporary rental equipment. The period of performance is 182 calendar days. Statutory Authority Permitting Other than Full and Open Competition: 41 USC §3304(a)(5), 38 U.S. Code § 8127(c), as implemented by FAR 6.302-5 (Authorized or Required by Statute). COs may use the non-competitive (sole source) procedures authorized in VAAR 819.7008 (DEVIATION) or VAAR 819.7009 (DEVIATION)- up to $5,000,000. Check the specific VAAR clause used below: (X) 819.7008 Sole source awards to a certified service-disabled veteran-owned small business Demonstration that the Contractor s Unique Qualifications and/or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority This action shall be procured as a sole source RFP for a new Contract. VA Illiana Health Care System (VAIHCS) in Danville, IL Station 550 does not have an existing IDIQ contract with the prospective Contractor. However, Contractor is preforming under another contract for a different project similar to the scope of this project. The CO has verified that Ameritech Contracting LLC is a SDVOSB and is active in SAM (no debarment). No additional market research was conducted; the CO will use the authority 38 U.S.C 8127 (b). Market Research (SBA & SAM) was conducted for the Contractor and an RFP shall be issued to this contractor. Sole Source Ameritech Contracting LLC LLC (SDVOSB certified - SAM UEI: CADSMUE9J2M4) (Cage Code: 8HBD7). Pursuant to 38 U.S.C. 8127 (b), contracting officers may use other than competitive procedures to enter into a contract with a verified SDVOSB or VOSB for procurements under the simplified acquisition threshold. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable, including whether a notice was or will be publicized as required by FAR Subpart 5.2 and, if not, which exception under FAR 5.202 applies: A notice will be published once award is completed and will be accessible to the public in SAM.gov or in contract opportunities in SAM.gov. Pursuant to 38 U.S.C. 8127 (b), contracting officers may use other than competitive procedures to enter into a contract with a verified SDVOSB or VOSB for procurements under the simplified acquisition threshold. Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: Price reasonableness will be based on alignment with historical information and independent estimates. In accordance with 15.404-1(b)(2)(v) (comparison of proposed prices with IGE), the Contracting Officer will determine the proposal amount to be fair and reasonable cost to the government. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: The Government will conduct market research to ascertain if there are changes in the marketplace that would enable future actions to be competed. Market Research (SBA & SAM) was conducted for the Contractor and an RFP shall be issued to this contractor. Sole Source Ameritech Contracting LLC LLC (SDVOSB certified - SAM UEI: CADSMUE9J2M4) (Cage Code: 8HBD7). Any Other Facts Supporting the Use of Other than Full and Open Competition: None Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: Ameritech Contracting, LLC Andrew� DiSilvestro Drew@AmeriTechContracting.com 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 Government will conduct market research to ascertain if there are changes in the marketplace that would enable future actions to be competed. 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. [REDACTED] 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. [REDACTED]
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7471d157be79436181e7acce488d51da/view)
- Record
- SN07606667-F 20251001/250929230037 (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 |