AWARD
Z -- 578-M26110a EMERGENCY SPS Restoration Repairs following Waste Water Leak (VA-26-00024025)
- Notice Date
- 12/19/2025 8:19:25 AM
- Notice Type
- Award Notice
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25226R0020
- Archive Date
- 02/17/2026
- Point of Contact
- Roniece L Ambrose, Contract Specialist, Phone: 414-844-4869
- E-Mail Address
-
roniece.ambrose@va.gov
(roniece.ambrose@va.gov)
- Award Number
- 36C25226C0007
- Award Date
- 12/11/2025
- Awardee
- PRO FIRE AND WATER RESTORATION COMPANY CHICAGO 60632
- Award Amount
- 870771.26
- Description
- DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>SAT) Acquisition Plan Action ID: 36C252-27-AP-0064 Contracting Activity: Department of Veterans Affairs, VISN 12 Requesting Hospital: Edward Hines Jr. VA Hospital 2237: 578-26-1-6098-0046 Project: 578-M26110a SPS Restoration Repairs following Wastewater Leak Contracting Agency: Great Lakes Acquisition Center (GLAC) Nature and/or Description of the Action Being Processed: This is an urgent and compelling sole-source action that will be awarded as a new firm-fixed price contract to a WOSB. The Contractor shall provide all labor, material, tools, travel, management, and equipment necessary for additional repairs to the sterile processing service area. Unfortunately, after initial demolition of room A025 deconstruction space, and A022 sterile prep space, there was far more damaged piping in the ceiling than originally visible. Therefore, additional repairs are needed to replace piping and breaking in the ceiling / walls. Description of Supplies/Services Required to Meet the Agency s Needs: The critical sterile processing decontamination and sterile processing prep workspaces, were damaged due to a wastewater piping breaking in the ceiling. There was additional damage discovered following an inspection by infection control specialists. Therefore, ceiling removal and demolition are required, and this needs to be emergently repaired and will not allow additional time to prepare, a competitive solicitation and award. Unfortunately, delaying this award could hinder patient care, and/or financial adversity to the government. A WOSB was found that can mobilize quickly and complete the work at a fair and reasonable price. The period of performance will be 250 calendar days upon issuance of notice to proceed. The estimated value of this equipment is [REDACTED]. Statutory Authority Permitting Other than Full and Open Competition: This action will be procured IAW with FAR 6.302-2 unusual and compelling urgency and will be sole source to Pro Fire and Water Restoration Company. Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): This emergency requirement is to follow the initial wastewater leak that shutdown the Hines Sterile Processing Service. The initial emergency contract to ServPro allowed for the demolition of contaminated ceiling and the replacement of approximately 70 linear feet of pipe. The new scope of work requires removal of asbestos and additional ceiling demolition. Unfortunately, after initial demolition there was far more piping in the ceiling than originally visible. Therefore this new contract includes, asbestos insulation that will need abatement, new piping work, and HVAC piping breaking in the ceiling. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: Unusual and Compelling Urgency per 41 USC ยง3304(a)(2) as implemented by FAR 6.302-2. An award will be made to a woman owned small business (WOSB) demonstrating the ability to promptly mobilize in this emergency. The Hines VA cannot risk potentially more damage to that area, the hospital, or its employees, while waiting to solicit proposals for this project. Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: IAW FAR 15.404-1(b)(ii) & (iii) a proposal analysis will be conducted, and the CO will work with the technical expert to discuss the proposal and compare prices to the independent government cost estimate and prices historically paid for similar construction services. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: SAM & SBA were searched to find SDVOSBs, and the results showed there are certified SDVOSBs and VOSBs in IL that may be capable of doing the work. The SBA search identified at least 63 SDVOSB vendors located within the surrounding states (Illinois, Indiana, and Wisconsin) of which approximately 32 are in located in Illinois. The SAM search identified 4 located within the state of Illinois. The market research was completed after emergent NTP/ NTE was issued on 11/21/2025 and will be used for future reference. However, no additional market research was done due to this being an emergency. 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: No other sources expressed an interest in this requirement, and no other sources were contacted for this emergency procurement due to time constraints. 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: Currently, no additional action can be taken to overcome barriers to competition because this is an unusual and compelling emergency acquisition. Unfortunately, delaying this award could hinder patient safety, patient care, and/or cause financial adversity for the government. However, market research was completed to find certified SDVOSB and VOSB in the area that may be able to complete the work in the future. Also, IAW FAR 10.002, a contracting officer may use market research conducted within 18 months before the award of any task or delivery order if the information is still current, accurate, and relevant. 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 Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. [REDACTED] 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. [REDACTED]
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/174279c382054cdd8134ebf24b8f238e/view)
- Record
- SN07670784-F 20251221/251219230029 (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 |