Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2010 FBO #3240
SOLICITATION NOTICE

J -- Elevator Maintenance Service, Robert C. Byrd Federal Courthouse, Charleston, West Virginia - JUSTIFICATION AND APPROVAL

Notice Date
10/6/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Allegheny Service Center (3PK), The Strawbridge Building, 20 North 8th Street, Philadelphia, Pennsylvania, 19107, United States
 
ZIP Code
19107
 
Archive Date
11/8/2010
 
Point of Contact
Celeste W. Dow, Phone: (215) 446-4565
 
E-Mail Address
celeste.dow@gsa.gov
(celeste.dow@gsa.gov)
 
Small Business Set-Aside
N/A
 
Award Number
GS-P-03-10-CD-0029
 
Award Date
9/20/2010
 
Description
JUSTIFICATION AND APPROVAL JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION UNDER 41 U.S.C. 253 (C) (1) Elevator Maintenance Service Robert C. Byrd Federal Courthouse 300 Virginia Street, East Charleston, West Virginia 1. Identification of Agency and Contracting Activity: This document is hereby identified as a 'Justification for Other than Full and Open Competition' prepared by the General Services Administration - Region 3. 2. Nature and/or description of Action Being Approved: This office proposes to procure, utilizing a sole source award, a contract for Elevator maintenance services at the Robert C. Byrd United States Courthouse located at 300 Virginia Street, East, Charleston, West Virginia 25301. The resultant contract number will be GS-03P-10-CD-C-0xxx. 3. Description of the Services Required to Meet the Agency's Needs: This procurement is for elevator maintenance for nine (9) elevators at the Robert C. Byrd United States Courthouse, Charleston, West Virginia. The nine (9) elevators include: Four (4) Passenger elevators, one (1) parking garage elevator, one (1) judge's elevator, one (1) freight elevator, and two (2) prisoner elevators. Maintenance services shall consist of all labor, parts and materials for repairs, services, and testing necessary to maintain all elevators, appurtenances and accessories in a fully operational mode at all times. The estimated dollar value of the procurement is $51,301.20. 4. Statutory Authority: This justification for other than full and open competition is based upon the authority of 41 U.S.C. 253 (c) (1), Only One Responsible Source and no Other Supplies or Services will Satisfy Agency Requirements, as implemented by paragraph 6.302-1 of the Federal Acquisition Regulation. The statutory authority, 41 U.S.C. 253 (c) authorizes under certain conditions, contracting without providing for full and open competition. The Federal Acquisition Regulation permitting other than full and open competition for this procurement shall be FAR 6.302-1, 'Only one responsible source and no other supplies or services will satisfy agency requirements. 5. Demonstration of the Proposed Contractor's Unique Qualifications: The rationales for use of the cited authority is that there were are no other firms under contract in Region 3 that are considered qualified to handle these particular requirements. It is determined that it would not be in the best interest if the government were to use another firm, as Kone, Inc. has provided invaluable services in the building to date. The services required are an extension of the elevator maintenances services Kone is currently performing under the original terms of their contract which expires on September 20, 2010. It is the intent of GSA to combine all elevator maintenance contracts into the new operations and maintenance contract which is scheduled to be awarded in August 2011. This award will bridge current service with the new procurement by ensuring dependable, reliable service from a proven source until such time as the procurement is awarded. Also, in support of continuing our current relationship with Kone, GSA and KONE, Inc., are currently engaged in a related project to install a new elevator monitoring system. The project entails upgrades to the controller software, wiring configuration changes, removal/ replacement of obsolete IT equipment, employee training, and warranty coverage on labor and materials. KONE, Inc. is still performing work on various elevators and control systems. The work that has yet to be preformed is critical and necessary for the successful installation and operation of the Lift-Net Elevator Monitoring System. The elevator monitoring system is covered under a ninety (90) day warranty on all labor and materials. The Lift Net Monitoring offers enhanced safety and security features. GSA, the U.S. Marshal Service and Court Security require extensive training in the operation of these features. 6. Effort To Solicit Additional Sources: In accordance with FAR 5.202(a)(2), this requirement will not be synopsized in the Commerce Business Daily. Delay in the award of the contract would result in serious injury to the Government. The elevator maintenance services must be maintained for the continuity of services and related projects. 7. Demonstration that the Anticipated Cost will be Fair and Reasonable: It is determined by the Contracting Officer and based on the Independent Government Estimate (IGE), prepared by the Charleston Field Office that the anticipated cost to the Government for this acquisition will be fair and reasonable based upon the previous contracts negotiated with Kone, Inc. 8. Description of the Market Research Conducted: A market survey was not conducted as it is proposed that the contractor being solicited is capable of completing the required services in accordance with the work requirements. 9. Other facts supporting the Use of Other than Full & Open Competition: Per FAR 6.302-1 a)(2)(ii)(B)(iii)(A)(B), agencies are permitted to utilize this authority contingent upon a reasonable basis existing that the services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in- (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition; or (B) Unacceptable delays in fulfilling the agency's requirements. Based on the above discussion, duplication of costs, learning curves of a new contractor, time constraints, approval of security clearances, and the lack of dependable elevator maintenance service would cause a severe hardship on the building tenants along with stagnating other related projects. Kone, Inc. has several on-going related projects in the building and has provided quality work to date. 10. Listing of Sources Interested in the Acquisition: No other sources have expressed interest to the Contracting Officer in writing for this acquisition to date. 11. Actions to remove barriers to competition: In order to ensure competition on subsequent acquisitions, the aforementioned procurement for the combined operations and maintenance contract will be procured using full and open competition. 10. Certifications: A - Technical and Requirement certification as Required by FAR 6.303-1(b) I certify that the facts and representations under my cognizance which are included in this justification, and which form a basis for this justification are complete and accurate. signed by David France 10/6/2010 David France Date B - Contracting Officer's Certification as required by FAR 6.303-2(a)(12) I certify that the facts and representations under my cognizance which are included in this justification, and which form a basis for this justification are complete and accurate. signed by Celeste W. Dow 10/6/2010 Celeste W. Dow Date Supervisory Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3e8e1534e5982087749e470930ce5b8f)
 
Place of Performance
Address: Robert C. Byrd Federal Courthouse, 300 Virginia Street, East, Charleston, West Virginia, Charleston, West Virginia, 25301, United States
Zip Code: 25301
 
Record
SN02307198-W 20101008/101006234449-3e8e1534e5982087749e470930ce5b8f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.