Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2018 FBO #6168
DOCUMENT

Y -- Correct Mental Health Roof Deficiencies-629-18-121 - Attachment

Notice Date
10/11/2018
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);425 I Street NW;Washington DC 20001
 
ZIP Code
20001
 
Solicitation Number
36C10F18R0699
 
Archive Date
11/27/2018
 
Point of Contact
Deontrinese Dalton
 
E-Mail Address
2-3700
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Award Number
36C10F18C3376
 
Award Date
9/28/2018
 
Awardee
ADJUTANT GROUP, LLC , THE;735 PRIMERA BLVD STE 125;LAKE MARY;FL;32746
 
Award Amount
$1,499,993.27
 
Description
SDVOSB Sole Source Award IAW Statutory Authority 38 U.S.C 8127 (c) Governing Regulation VAAR 819.7007 Justification & Approval for OTFOC (>250K) SLVHCS, New Orleans, LA This action is for a contract award for the project Correct Mental Health Patio Deficiencies for the SLVHCS, Replacement Facility VAMC NOLA. A firm fixed price contract with a 120 calendar day period of performance. Contract negotiated with and awarded to The Adjutant Group, LLC (DUNS 831789602), a responsible, SDVOSB Mechanical & Construction Contractor; on a sole source basis under the statutory authority granted to VA in 38 U.S.C. 8127 (c) (better known as Public Law 109-461 or the Veterans Benefits, Health Care and Information Technology Act of 2006.) The work will provide for redress of patient safety due to a risk assessment of the mental health ward. The work would require execution before patients are allowed to utilize certain areas of mental health (exterior patios). For FY 2018, SLVHCS, New Orleans has identified a need to correct patient safety of the mental health ward. Upon completion of a risk assessment performed by a group of subject matter experts it was determined that corrections on the interior patient rooms and exterior patios would be required to enhance patient safety.   These corrections would need to be completed prior to allowing patient access to these spaces. All work and guidelines in performance of the replacement facility was completed in compliance with guidelines available at time of design but due to guidelines becoming more stringent over the last couple of years, and has the number of mental health patients being seen have increased over the recent years throughout the VA. Without this work being readily performed the MC would not have the ability to allow patients to access this space of the ward. Patients who are currently being admitted are unable to enjoy the outside, which is essential to their recovery poses a timely remedy to patient safety in the area. This process could provide a cost savings of an estimated $250K and 6 months earlier delivery. Unless this contract is approved the SLVHCS New Orleans unnecessary cost in design, contractor mobilization and a host of other escalation cost and time in excess of a year to execute the action and perform the requested work. A lengthy mitigation of the aforementioned risk further exposes the VA Medical Center to inadequate patient safety measures in this space of the mental health area. All cost reviewed for cost reasonableness in the areas of OH/Profit, and in the areas of total labor and material cost in comparison to the IGE. A technical analysis of the contractors cost provided by the VA CFM REO, the REO utilizes RS Means cost estimating systems along with their expertise in this area of knowledge. RS Means pricing is generally accepted as being fair & reasonable, as general contractors, architects, and owners around the United States use it to estimate their construction costs. IAW FAR 15.404-1(b) (ii). The proposed cost compared with the profit and overhead pricing received on other projects performed at the Replacement Facility NOLA. This comparison also determined the pricing as fair and reasonable. The applicable NAICS code for this procurement is 236220, Size Standard $36.5 Million. 100% Set A-side for SDVOSB. SDVOSB is in compliance with FAR 4.1102(a), FAR 4.1201, FAR 9.105-1(3)(c) VA Acquisition Circular No. 2008-01 dated 8 December 2009, and FAR 22.1302.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/Awards/36C10F18C3376.html)
 
Document(s)
Attachment
 
File Name: 36C10F18C3376 36C10F18C3376_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4629707&FileName=36C10F18C3376-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4629707&FileName=36C10F18C3376-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05121200-W 20181013/181011230726-1d5cb906bdc9dccee4a029626e310625 (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.