Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2018 FBO #5937
DOCUMENT

Z -- Domestic Hot Water Secondary Water Treatment - MIOX - Justification and Approval (J&A)

Notice Date
2/22/2018
 
Notice Type
Justification and Approval (J&A)
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422
 
ZIP Code
20422
 
Archive Date
3/8/2018
 
Point of Contact
Delterine Mickey
 
E-Mail Address
delterine.mickey@va.gov
(delterine.mickey@va.gov)
 
Small Business Set-Aside
N/A
 
Award Number
36C24518C0072
 
Award Date
2/22/2018
 
Description
In accordance with FAR 6.302-1 Only One Responsible Source and No Other Supplies or Services will satisfy agency requirement, the VA Maryland Health Care System Baltimore, Maryland & Loch Raven, Maryland facility, has a requirement for on-going service on MIOX Water Treatment Systems. The contract shall include preventive maintenance and shall include all travel, labor, material, and parts required for. This contract is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR clause 6.302-1: Only one responsible source and no other supplies of services will satisfy agency requirements. A firm-fixed priced contract (one base plus four (4) options) is anticipated and shall be awarded. It is the Government's belief that only International Chemstar Incorporated possess the required capabilities and authority to successfully meet this requirement. It is the Government's intention to solicit and negotiate only with this source. This is not a request for competitive quotes or proposals. No telephone inquiries will be accepted. The Mailing address for the Contracting Officer is Veterans Affairs Medical Center, VISN 5 Contract Satellite Office (90C), 50 Irving Street, NNW, Room BH-135, Washington, DC 20422, Attention: Delterine Mickey. JUSTIFICATION FOR SINGLE SOURCE AWARDS IAW FAR 13.106-1 (OVER MICRO-PURCHASE THRESHOLD($3K) 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. PURCHASE REQUEST OR REQUISITION NUMBER: 512-18-2-641-0094 1A. PROJECT/TASK NUMBER 260 1B. ESTIMATED AMOUNT: $29,568 2. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED AND THE INTENDED USE: Maintain MIOX units at both the Baltimore Medical Center and the Loch Raven CLC. This includes the calibration, necessary PM s, providing necessary chemicals for the on-site generation of oxidants the control of Legionella growth as well as necessary training to the staff on the operation of the units and actions that should be taken in the event of equipment failure... 3. UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: International Chemstar is the sole authorized distributor for the MIOX unit in Maryland, is the only, responsible source to offer on-site generation of safe biocides. The VA only recognizes chlorine oxidants as the acceptable products for water treatment.. 4. REASON THAT SUGGESTED SOURCE IS THE ONLY SOURCE, WHICH CAN PROVIDE THE SUPPLIES OR SERVICES: MIOX has a proprietary technology for the on-site generation of biocides for secondary water treatment. This technology generates the necessary chemicals on-site from common table salt and water. The technology provides a safe method to comply with a portion of VA s Directive 1061 Legionella. No other technology that is acceptable to the VA s Directive 1061 is available to produce the biocides / oxidants. 5. DESCRIPTION OF MARKET RESEARCH CONDUCTED AND RESULTS OR STATEMENT WHY IT WAS NOT CONDUCTED: No market research was completed due to the proprietary nature of the product and service.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/146f84432d5aa4a23d0c72d505590876)
 
Document(s)
Justification and Approval (J&A)
 
File Name: 36C24518C0072 36C24518C0072_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4101694&FileName=36C24518C0072-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4101694&FileName=36C24518C0072-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04831567-W 20180224/180222231806-146f84432d5aa4a23d0c72d505590876 (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.