DOCUMENT
J -- Install fleet telematics - Justification and Approval (J&A)
- Notice Date
- 2/6/2018
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;VAMC;10 N Greene St;Baltimore MD 21201
- ZIP Code
- 21201
- Archive Date
- 3/5/2018
- Point of Contact
- Vanessa Jacobs
- E-Mail Address
-
5-1506<br
- Small Business Set-Aside
- N/A
- Award Number
- 36C24518P0316
- Award Date
- 2/28/2018
- Description
- Chapter VI: Other Than Full and Open Competition (OFOC) SOP Attachment 4: Single Source Justification for SAP under $150K OFOC SOP Revision 05 Page 1 of 2 Original Date: 03/22/11 Revision 05 Date: 05/02/2016 JUSTIFICATION FOR SINGLE SOURCE AWARDS IAW FAR 13.106-1 (OVER MICRO-PURCHASE THRESHOLD($3.5K) BUT NOT EXCEEDING THE SAT ($150K)) IAW FAR13.104, COs must promote competition to the maximum extent practicable to obtain supplies and services from the source whose offer is the most advantageous to the Government, considering the administrative cost of the purchase. When competition is not practicable, IAW FAR13.106-1(b), COs solicit from a single source for purchases not exceeding the simplified acquisition threshold. COs may solicit from one source if the CO determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization). IAW FAR13.106-3(b)(3),COs are required to include additional statements explaining the absence of competition (see 13.106-1 for brand name purchases) if only one source is solicited and the acquisition does not exceed the simplified acquisition threshold (does not apply to an acquisition of utility services available from only one source) or supporting the award decision if other than price-related factors were considered in selecting the supplier. This template when completed can be used to document single source awards IAW FAR13.106-3(b)(3). Note: Statements such as "only known source" or "only source which can meet the required delivery date" are inadequate to support a sole source purchase. 1. ACQUISITION PLAN ACTION ID: 688-18-1-459-0159 1A. PROJECT/TASK No. 1B. ESTIMATED AMOUNT: $32,692 2. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED AND THE INTENDED USE: Vendor will provide all necessary labor, materials, and equipment to: Install fleet telematics on 80 fleet vehicles, required per VA Directive. FSS No. GS-07F-5559R. Hardware shall have GPS locating, mileage reporting, run-time reporting, and diagnostics capability. Scope includes all required harnesses, bypasses, installation, setup, and modifications to provide a fully functional system. Monthly service shall be provided to provide all telematics information (location, mileage, runtime) at routine intervals, but no less frequent than monthly. Monthly service shall also include standard roadside assistance at four calls per vehicle annually. Estimated cost is $49,500. Intended use is for patients, visitors, and staff of VAMC. 3. UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: FSS No. GS-07F-5559R. Verizon is the only vendor with provided cell service throughout the catchment area of the VAMC. Many of the facility s vehicles are used for rural health/outreach and telemetry data is required to be captured throughout the vehicle s runtime. Location tracking is also not provided in the absence of cell service, which Verizon is capable of providing. Real-time operation and mileage information must be provided and reported routinely to Fleet Manager, which requires full service on network. This vendor also offers the required roadside assistance package to assist staff in emergencies. These capabilities, network coverage, and services are not available with others on schedule. 4. DESCRIPTION OF MARKET RESEARCH CONDUCTED AND RESULTS OR STATEMENT WHY IT WAS NOT CONDUCTED: Other vendor contacts have verified that they do not offer all required features (full area coverage, runtime/mileage reporting, real-time locating if outside of network, and roadside assistance. 5. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Note: COs are required to make a determination of price reasonableness IAW FAR 13.106-3. See the Commercial Supply and Service SOP for Price Reasonableness templates. Signature: ______________________________ Date:____________________ Name:__________________________________ Title:___________________________________ NCO:_________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b1cb098d9d48582db3e4e16f4ef2ad7f)
- Document(s)
- Justification and Approval (J&A)
- File Name: 36C24518P0316 36C24518P0316.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4066821&FileName=-12953.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4066821&FileName=-12953.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24518P0316 36C24518P0316.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4066821&FileName=-12953.docx)
- Record
- SN04812099-W 20180208/180206231543-b1cb098d9d48582db3e4e16f4ef2ad7f (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 |