DOCUMENT
J -- Ingenuity IEQ Synergy System Preventative Maintenance Base plus four option year contract - Justification and Approval (J&A)
- Notice Date
- 6/29/2017
- Notice Type
- Justification and Approval (J&A)
- NAICS
- #541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
- ZIP Code
- 48105
- Solicitation Number
- VA25017Q0296
- Archive Date
- 10/14/2017
- Point of Contact
- Kelly Poole
- Small Business Set-Aside
- N/A
- Award Number
- VA250-17-C-0143
- Award Date
- 7/7/2017
- Description
- Chapter VI: Other Than Full and Open Competition (OFOC) SOP Attachment 3: Request for Sole Source Justification Format >$150K OFOC SOP Revision 05 Page 2 of 2 Original Date: 03/22/11 Revision 05 Date: 05/02/2016 DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>$150K) Acquisition Plan Action ID: VA250-17-AP-4794 Contracting Activity: Department of Veterans Affairs, VISN 10, Ann Arbor VA Healthcare System, 2215 Fuller Road, Ann Arbor, Michigan 48105. The 2237 number is 506-17-2-525-0100. Nature and/or Description of the Action Being Processed: This is a request for a sole source for a new firm-fixed price contract to Ingenuity IEQ, Inc (3600 Centennial Drive, Midland, MI 48642; (989) 496-2233). FAR 13.5 Simplified Procedures for Certain Commercial Items: In accordance with FAR 13.5 Simplified Procedures for Certain Commercial Items and specifically FAR 13.501 Special Documentation Requirements, where acquisitions conducted under Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6, but still require a justification using the format of FAR 6.303-2. Description of Supplies/Services Required to Meet the Agency s Needs: Ingenuity IEQ, Inc. will provide emergency and non-emergency service repairs/replacement to the Synergy system located at the Ann Arbor VA Healthcare System, Ann Arbor, Michigan. The system measures the air in the laboratory area to alert the staff of unsafe levels of naturally occurring air gasses and other harmful elements that may be present in the air circulating in this environment. A base plus four (4) year contract is being requested. Statutory Authority Permitting Other than Full and Open Competition: (X) FAR 13.106-1(b)(2) ( ) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per FAR 6.302-1; ( ) (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; FAR 13.5 Simplified Procedures for Certain Commercial Items: The authority for applying Simplified Procedures for Commercial Items of FAR 13.5 is 41 U.S.C. 1901 and is implemented by for restricting competition on this procurement via FAR 13.106-1(b)(2). Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): Ingenuity IEQ, Inc. is the original equipment manufacturer (OEM). Ingenuity IEQ, Inc. has proprietary rights to the system and they are the only ones that can perform the required maintenance and repairs to this equipment and still maintain the OEM warranty. Accordingly, Ingenuity IEQ, Inc. is the only firm capable of providing the services described in Section 3 above without the Veteran s Health Administration experiencing a substantial duplication of cost that could not be expected to be recovered through competition. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: A sources sought announcement was posted on FBO on February 14, 2017 (VA250-17-Q-0296) with a response deadline of February 21, 2017. Ingenuity IEQ, Inc was the only contractor to respond that they were capable of performing the needed services. Please see the eCMS briefcase for a copy of this response. Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: The anticipated cost to the Government is determined to be fair and reasonable through comparison with the current contract with Ingenuity IEQ, Inc. for identical services. A portion of the services in this requirement are currently provided under PO VA251-16-P-0945. This PO covers all systems located in Buildings 1W, 28, 31, and 1E of the VA Ann Arbor Healthcare system and the price is $47,181.00 for one year of service. In a quote obtained by the end user for services to begin in the near future, the anticipated cost to the Government for preventative maintenance of the system for these buildings is $48,000.00 annually. The anticipated cost to the Government also includes preventative maintenance for components recently added to the Synergy system. Recent additions to the Synergy system include the Genesis system for an air handling unit, an Optinet system for the OR suites, an Optinet system in Building 22, and additional Venturi Valve systems in Buildings 1E and 22. Ingenuity IEQ, Inc. has agreed to increase the cost of all maintenance by only 3% annually through option year four (4) if options are exercised Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: The Contract Officer (CO) searched the internet for applicable contracts or an open market competitor that could provide the services required and was unable to locate one. A sources sought notice was also published to FBO on February 14, 2017. 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: Ingenuity IEQ, Inc. 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: The VA will research the market again prior to any future purchases for these services, but plans to take no immediate action to overcome any barriers to competition at this point. Signatures on file
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/VA25017Q0296/listing.html)
- Document(s)
- Justification and Approval (J&A)
- File Name: VA250-17-Q-0296 VA250-17-Q-0296_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3625638&FileName=VA250-17-Q-0296-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3625638&FileName=VA250-17-Q-0296-002.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-17-Q-0296 VA250-17-Q-0296_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3625638&FileName=VA250-17-Q-0296-002.docx)
- Record
- SN04562837-W 20170701/170629235450-56b466465c4a09ebe37625f23bd7d99a (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 |