Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2012 FBO #3889
DOCUMENT

W -- Emergency Lease of 150 ton capacity chiller with immediete delivery to Tomah VAMC - Attachment

Notice Date
7/16/2012
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D12Q1025
 
Archive Date
8/15/2012
 
Point of Contact
Arleen Reid
 
E-Mail Address
4-4848<br
 
Small Business Set-Aside
N/A
 
Description
DEPARTMENT OF VETERANS AFFAIRS Justification and Approval For Other Than Full and Open Competition 1.Contracting Activity: Department of Veterans Affairs, VISN 12, Great Lakes Acquisition Center, 115 South 84th Street, Suite 101, Milwaukee, WI 53214. 676-12-4-557-1294. 2.Nature and/or Description of the Action Being Processed: Sole source request for firm fixed-price contract for lease of equipment. 3.Description of Supplies/Services Required to Meet the Agency's Needs: Lease of a 150 ton chiller to be used for air conditioning at the Tomah VAMC. 4.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 FAR 6.302-1; ( X ) (2) Unusual and Compelling Urgency per FAR 6.302-2; ( ) (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per FAR 6.302-3; ( ) (4) International Agreement per FAR 6.302-4 ( ) (5) Authorized or Required by Statute FAR 6.302-5; ( ) (6) National Security per FAR 6.302-6; ( ) (7) Public Interest per FAR 6.302-7; 5.Demonstration that the Contractor's Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): The Tomah VAMC uses a system of chillers to cool air that is distributed throughout the building. During a recent heat wave, one of the chillers ceased to function creating a hazardous condition for patients and staff. Repairs were urgently needed and Johnson Controls was called in since the current system in place at the medical center was manufactured and installed by that company. Because the chiller could not be repaired, the facility ordered temporary equipment to be leased for 4 months and housed in a trailer. New equipment will be purchased and installed in the fall as some construction is required to prepare the site. Per end user, only equipment manufactured by Johnson Controls can function with the facility's existing air conditioning equipment, also manufactured by Johnson Controls. 6.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: None, this was an emergency situation with outside temperatures averaging in the high 90's. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: A chiller was leased previously on purchase order number 676-C10218 for $13,295.92 for one month. This is comparable to the current quoted price of $12,714.00 for one month ( this includes delivery and installation). The lease for an additional 3 months will be $9,000.00 per month or $27,000.00. Total cost for 4 months is $39,714.00. 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: No market research was conducted as this was an emergency situation. 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: None 11.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: None 12.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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D12Q1025/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-12-C-0199 VA69D-12-C-0199_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=402024&FileName=VA69D-12-C-0199-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=402024&FileName=VA69D-12-C-0199-000.doc

 
File Name: VA69D-12-C-0199 JUSTIFICATION AND APPROVALS_02.DOC (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=402025&FileName=VA69D-12-C-0199-001.DOC)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=402025&FileName=VA69D-12-C-0199-001.DOC

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02803751-W 20120718/120716234755-ce748222ece5a1489760c557b4e48ad2 (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.