MODIFICATION
J -- OSVA Canon Copier Maintenance
- Notice Date
- 3/22/2013
- Notice Type
- Modification/Amendment
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Acquisition Service DC;Office of Acquisition Operations (003B));810 Vermont Avenue, NW;Washington DC 20420
- ZIP Code
- 20420
- Solicitation Number
- VA10113Q0072
- Response Due
- 4/1/2013
- Archive Date
- 5/31/2013
- Point of Contact
- Brynn McGowan
- E-Mail Address
-
gton,
- Small Business Set-Aside
- N/A
- Description
- JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION 1. Contracting Activity:Department of Veterans Affairs (VA) Office of Acquisition Operations Acquisition Business Service 425 I Street, NW Washington, DC 20001 2. Description of Action: The proposed action is for a new contract using other than full and open competition for a one-year firm-fixed price (FFP) effort with two (2) one (1) year option periods for Canon copier maintenance to be performed on four (4) Government-owned Canon copiers located in the Office of the Executive Secretary (OSVA) at the VA Central Office (VACO) in Washington, DC. This document supports a brand name justification restricting competition to vendors who are certified by Canon, USA to conduct maintenance on the requisite copiers. This Brand Name Justification is prepared in accordance with FAR 11.105(a)(1), Items Peculiar to One Manufacturer, the particular brand name, Canon, is essential to the Government's requirements. Market research indicates that only a Canon certified vendor has the capability to meet the agency's maintenance needs for the pre-existing, Government-owned Canon copiers. There are no other possible substitutes available under the circumstances further described below. 3. Description of Supplies or Services: This acquisition is restricted to companies that are certified by Canon to provide maintenance on four (4) Canon copiers within the OSVA office at 810 Vermont Avenue, NW, Washington, DC 20420. The companies must be certified by Canon to perform maintenance on the specific model of copier. For this acquisition, the models requiring maintenance are IRC5185 and IRC4080. The total estimated cost for this acquisition for the entire period of performance of one (1) six (6) month base period plus one (1) twelve (12) month option period is $48,042.24. 4. Statutory Authority: This is a Brand Name Justification and is authorized under 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements," in application of 6.302(c), "Application for Brand Name Descriptions." 5. Rationale Supporting Use of Authority Cited Above: Companies certified by Canon to conduct maintenance support on Canon copier models IRC5185 and IRC4080 are the only vendors capable of providing a specialized solution that is compatible with the existing Canon copier systems and with current business needs. The nature of this acquisition requires that only Canon certified businesses respond to the solicitation as only Canon copier parts and pieces can be utilized in this maintenance requirement. Due to the pre-existing nature of the Canon copiers, and in order to ensure that the Canon warranties are not voided, there is no other commercial alternative for providing a maintenance solution. Businesses certified by Canon to conduct maintenance on the requisite copiers have the unique qualifications and specialized capabilities, signified by an official certification issued by Canon, to conduct the required maintenance and access the necessary Canon copier parts. It is imperative that the copier maintenance provided be from a Canon certified business in order to guarantee that the form, fit, and function of the maintenance parts needed are compatible with the existing, previously installed Canon copier systems. This acquisition approach simplifies maintenance and ensures continuity of operations. 6.Efforts to Solicit Potential Sources: Market research was conducted, details of which are in the market research section of this document. This effort did not yield any sources that are not certified by Canon to conduct maintenance and can meet the Government's requirements. Additionally, the proposed action will be synopsized on the Federal Business Opportunities (FBO) page in accordance with FAR 5.201. Any proposals that are received shall be evaluated. Additionally, the ordering activity will make publicly available the justification along with the solicitation in accordance with FAR 6.302-1(c). 7. Actions to Increase Competition: The Government will continue to conduct market research to ascertain if there are changes in the market place that would enable future actions to be competed without the current Brand Name restrictions. Additionally, the Government intends to compete any future OSVA copier requirements utilizing full and open competition, as the regulations and marketplace allows. 8. Market Research: The Office of Acquisition Operations (OAO) Acquisition Business Service (ABS) issued a Request for Information (RFI) on January 25, 2013 via FBO to ascertain whether any other sources can meet the Government's requirements. Responses were received from four (4) sources, and of these sources, three (3) provided no formal documentation that they hold Canon certification to conduct maintenance; however, they did demonstrate capabilities to potentially meet the Government's requirement. 9. Other Facts: This solicitation is being competed as a total small business set-aside under FAR Part 13, utilizing the Brand Name justification which restricts the competition to companies that are certified by Canon U.S.A., Inc. to conduct maintenance on the pertinent Canon copiers. 10. Technical and Requirements Certification: I certify that the supporting data under my cognizance, which are included in this justification, are accurate and complete to the best of my knowledge and belief. Name: Arna Hunter Date: 2/26/2013 Title: Administrative OfficerSignature: /ES/ 11. Fair and Reasonable Cost Determination: I hereby determine that the anticipated price to the Government for this contract action will be fair and reasonable based on comparison with prices historically paid in the past as well as comparisons with the IGCE and current commercial market pricing. Additionally, it is important to note that adequate price competition is expected to be achieved despite the Brand Name nature of this requirement as market research revealed that there are multiple companies capable of providing the requisite services under the appropriate certification. Name: Brynn K. McGowanDate: 3/15/2013 Procuring Contracting OfficerSignature: /ES/ 12. Procuring Contracting Officer Certification: I certify that this justification is accurate and complete to the best of my knowledge and belief. As this contract action does not exceed $650,000, the certification below required by FAR 6.303-2(b)(12) serves as approval. Name: Brynn K. McGowanDate: 3/15/2013 Procuring Contracting OfficerSignature: /ES/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA10113Q0072/listing.html)
- Record
- SN03019294-W 20130324/130322234948-ca0ea42fed20c472891fd282b294a212 (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 |