Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2011 FBO #3449
DOCUMENT

J -- Sole Source to ASCO Inc - Justification and Approval (J&A)

Notice Date
5/3/2011
 
Notice Type
Justification and Approval (J&A)
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN 22 Network Contracting Activity;Building 149;5901 E. 7th Street;Long Beach CA 90822
 
ZIP Code
90822
 
Solicitation Number
VA26211RQ0261
 
Response Due
4/15/2011
 
Archive Date
5/23/2011
 
Point of Contact
Monica Griffin
 
E-Mail Address
6-5545<br
 
Small Business Set-Aside
N/A
 
Award Number
VA691-C15182
 
Award Date
4/23/2011
 
Description
DEPARTMENT OF VETERANS AFFAIRS NETWORK 22 LOGISTICS OFFICE JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION FAR 6.302-1, 41 U.S.C. 253 (c) (1) "MAINTENANCE AND REPAIR OF AUTOMATIC SWITCHES" 1. Contracting Activity: The Department of Veteran Affairs, VISN 22, as directed by the VA Greater Los Angeles Healthcare System (VAGLAHS) has a requirement for maintenance and repair of Government owned automatic switches, which will require justification for other than full and open competition. 2.Nature and/or Description of the Action Being Processed: VAGLAHS is requesting a firm fixed price service contract that requires justification for other than full and open competition. Sole source contractor shall provide maintenance and repair of government-owned automatic switches. The cost for this requirement is $10,000. 3.Description of Supplies/Services Required to Meet the Agency's Needs:: VAGLAHS is requesting sole source service contract from ASCO Services Incorporated (ASI) to provide maintenance and repair of government-owned automatic switches. The period of performance is May 1, 2011 through April 30, 2012. 4. Statutory Authority Permitting Other Than Full and Open Competition: This service is being procured under the authority of FAR Part 6.302-1; 41 U.S.C.253(c) (1) only one responsible source and no other services will satisfy agency requirements. 5. Demonstration that the Contractor's Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): ASI is the manufacturer of the equipment, and is qualified based on the following: (a)The Government owned automatic switches is over thirty years old and controls all electrical outlets throughout the hospital including, life support machines, dialysis machines and generators. ASI does not sell or license equipment or repairs to any third party vendor. (b)If a third party vendor provides maintenance and repair to the automatic switches and it malfunctions, the result will be an electrical outage in the hospital which will result in patient death. The automatic switches are over 30 years old and does not need replacing at this time, but service to ensure optimum working condition. In the event that a switch malfunctions, it will cause treatment delays that could advance to life threatening events including death. (c) This service contract for the maintenance and repair of the automatic switches is vital to the VAGLAHS and any service discontinuity would have a negative impact on the health and welfare of our veteran patients. 6. A Description of Efforts Made to Ensure That Offers From are Solicited from as Many Potential Sources as Deemed Practicable. Market research was conducted through Vetbiz, and solicitation VA-262-RQ-11-0208 (set aside for SDVOSB) was published from March 15 through March 25, 2011. Both SDVOSB conveyed they would be subcontracting the entire contract to ASI. Both SDVOSB's would not be performing 51 % of the work. Due to DEPARTMENT OF VETERANS AFFAIRS NETWORK 22 LOGISTICS OFFICE JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION FAR 6.302-1, 41 U.S.C. 253 (c) (1) "MAINTENANCE AND REPAIR OF AUTOMATIC SWITCHES" FAR 52.219-14 Limitations on Subcontracting, this would be a violation of federal regulations. Both companies sent an email stating that the only company that can fulfill the requirement without subcontracting would be ASI. A pre-solicitation notice will be published on FEDBIZOPPS announcing the Government's intent to sole source this requirement and will be issued for ten (10) days prior to final determination of competitive interest in this procurement. 7. Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: The anticipated cost is fair and reasonable to the government based on the using service estimate and two quotes received by the SDVOSB. 8. Description of the Market Research Conducted and the Results or a Statement of the Reasons Market Research Was Not Conducted: Market research information was obtained by issuing solicitation VA-262-RQ-11-0208 review of the GSA website, CCR, and Vet Biz, and through historical data. 9. Any Other Facts Supporting the Use of Other Than Full and Open Competition: None. 10. Listing of Sources that Expressed in Writing an Interest in the Acquisition: There are no other sources that expressed in writing (besides the two SDVOSB that could not fulfill the requirement) an interest in the service other than the manufacturer who can perform the requirements. 11. A Statement of the Actions, if any, the Agency May Take To Remove of Overcome Any Barriers to Competition Before Any Subsequent Acquisition is required: None. The anticipated life of the Government Equipment is estimated to be one hundred (100) years. The Government plans to maintain this equipment for the next sixty years to maximize usage of the switches. In order to overcome barriers of competition, the Government shall research other automatic switches before the procurement of a new system. Since the equipment is proprietary, overcoming the barriers for competition cannot be realized at this time. 12. Requirements Certification: I certify that the requirement outlines in the justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are in the justification are accurate and complete to the best of my knowledge and belief. (Email from using service certification is attached). DEPARTMENT OF VETERANS AFFAIRS NETWORK 22 LOGISTICS OFFICE JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION FAR 6.302-1, 41 U.S.C. 253 (c) (1) "MAINTENANCE AND REPAIR OF AUTOMATIC SWITCHES" 13. Approvals in accordance with FAR 6.304: (a)Contracting Officer's Certification: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. ______________________________Date: __________________ Name:Monica Griffin Title:Contracting Officer Facility: Network 22 Contracting Activity (b)VISN/PCA QA Certification: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. ______________________________Date: __________________ Name:Sara McNulty Title:Chief, Medical Services Facility: Network 22 Contracting Activity (c)NCN/PCM: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. ______________________________Date: __________________ Name:Kevin Blanchard Title:Network 22 Contracting Activity Facility: Network 22 Contracting Activity
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26211RQ0261/listing.html)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA691-C15182 VA691-C15182_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=197238&FileName=-654.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=197238&FileName=-654.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02438806-W 20110505/110503234605-55811af56cb1c42a823ffa03003e3667 (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.