Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2018 FBO #6189
SOLICITATION NOTICE

J -- HVAC Maintenance and Repairs

Notice Date
11/1/2018
 
Notice Type
Fair Opportunity / Limited Sources Justification
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Office of Personnel Management, Office of Procurement Operations, Contracting, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710, United States
 
ZIP Code
20415-7710
 
Solicitation Number
AT26947
 
Archive Date
12/1/2018
 
Point of Contact
Shireen Belanger, Phone: 202-430-1215
 
E-Mail Address
shireen.belanger@opm.gov
(shireen.belanger@opm.gov)
 
Small Business Set-Aside
N/A
 
Award Number
GS21F0105U
 
Award Date
10/31/2018
 
Description
Task Order #24361819F0002 has been issued against GSA Contract #GS21F0105U to PFD Mechanical Inc to provide 12 months of HVAC scheduled maintenance and repairs as needed. Date of award is 10/31/2018. Total award value is $228,400.00, which includes $203,400 (FFP) for scheduled maintenance, and an estimated $25,000 (T&M) for emergencies & repairs. The period of performance is 11/01/2018 - 10/31/2019, and includes no scheduled option periods. In accordance with FAR 5.301(a)(2)(i)The Limited Sources Justification (LSJ) supporting this award is as follows: Limited Source Justification Acq Track #26947 1. Contracting activity: This Limited Source Justification supports a procurement action to be conducted under the authority of the Multiple Award Schedule Program (FAR 8.401). The procurement action is generated by Office of Personnel Management (OPM), Office of Procurement Operations (OPO). 2. Nature and/or description of the action being approved: Scheduled Maintenance and Emergency Repairs are required for OPM's Heating, Ventilation, and Air Conditioning (HVAC) system at the Theodore Roosevelt Building (TRB). OPM seeks a 12-month bridge contract for HVAC Maintenance and Repair services. November 1, 2018 - October 31, 2019 3. Description of the supplies or services required to meet the agency's needs (including the estimated value): A suitable maintenance and repair contractor must have the appropriate manufacturer certifications and be authorized by the manufacturer to provide maintenance and repair. A Firm, Fixed Price (FFP) line item will be used for the scheduled maintenance each year, and a Time & Materials (T&M) line item will be used for the emergency repairs with a specified Not-to-Exceed amount. The estimated value of the award will be $220,240.00: CLIN DescriptionAmountLine Item Type 0001 Base Year - Scheduled Maintenance$195,240.00, FFP 0002 Base Year - Repairs and Emergency Services$25,000.00, T&M 4. Authority and supporting rationale permitting acquisition using limited sources: FAR 8.405-6(a)(1)(i)(B). Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized. 4.1. Demonstration that the contractor's unique qualifications or the nature of the acquisition requires the use of the authority cited: The current task order # OPM1914F0011 was competed among GSA Federal Supply Schedule #811-005 contractors under Request for Quotations (RFQ) #OPM1914T0011. The RFQ was conducted competitively and awarded using a best value trade-off, although only a single offeror (the incumbent) responded to the RFQ. It is in the best interest of the Government to continue use of the same contractor for the bridge contract requirement, as this contractor already has substantial knowledge of the OPM Headquarters building and associated equipment to be maintained, as well as unescorted access, computer and systems access, and personnel security clearances already in place. This substantial knowledge and experience in the part of the incumbent has been acquired over the past 13 plus years, having been working continuously in the building since 2004. The equipment list associated with this requirement includes HVAC equipment from multiple manufacturers including Liebert, Trane, Carrier, York, Sanyo, Mitsubishi, Evapco, and McQuay, among others. A suitable contractor would need to be trained and certified to work on any and all of these brands, and understand how they work with each other. Recent problems with keeping the aging equipment operational indicate that a contractor who is already familiar with the equipment and idiosyncrasies of the building and system would be more cost-effective in making repairs than a new contractor who would lack such history. Because this system has been maintained by a single contractor for the past thirteen (13) years, there are no other contractors with the same level of knowledge and awareness of the system and its current state. Additionally, any warranties on the work that has been performed to date could be voided by introducing a second repair company into the system. Utilizing another contractor would result in significant delays associated with obtaining appropriate security clearances for personnel and a significant learning curve associated with the intrinsic knowledge of the buildings' systems and equipment as well. Such delays would pose a risk associated with this effective and efficient servicing of this requirement. Although the routine maintenance is a firm, fixed price item, the repairs for breakdown would be on a time and materials basis, and a pool of funding would be available on a not-to-exceed basis. 5. Determination by the contracting officer that the order represents the best value consistent with FAR 8.404(d): Based on the nature of the requirement, the solicitation will be issued to a single source, PFD Mechanical Inc, GSA Schedule Number GS-21F-0105U. Competition will not be sought for this twelve-month bridge. In order to determine that the anticipated order will represent the best value, the contracting officer and requesting activity will review previous orders, GSA Schedule pricing, and compare the requirement to similar schedules. Additionally, the vendor will be requested to provide any discounts available beyond the published GSA price. Per FAR 8.404, pricing provided for on the Federal Supply Schedule is already determined to be fair and reasonable. 6. Description of the market research conducted and the results or statement of the reason market research was not conducted: Market research was conducted to check the availability and likelihood of obtaining adequate competition from GSA Schedule if the requirement was set aside for Woman-Owned Small Business (WOSB) such as the incumbent. There are currently 25 WOSB on GSA Schedule #811-005. The price lists of those in the Greater DC area were researched to determine whether any had similar labor categories to those of the incumbent. Only those in the Greater DC area were considered useful for comparison because any contractors located outside the geographic area would need to increase their pricing to cover travel, and/or subcontract to a local contractor. Only a local contractor, or one with local subcontracts, would be able to provide the emergency support required in accordance with the Performance Work Statement. It is unknown whether any of the competition in the local area are trained and certified to work on all the brands of equipment include in the current system. Vendor Name, GSA Contract #, City, State, Business Size, HVAC Journeyman Mechanic, Journeyman Mechanic, Apprentice / Helper PFD Mechanical, GS-21F-0105U, Edgewater, MD, WOSB, $66.54, $57.21, $40.62 EnviroAire Mechanical Services, GS-21F-1822AA, Montgomery Village, MD, WOSB, $77.63, $74.59, $68.50 ProSource Consulting LLC, GS-21F-0062V, Gainesville, VA, WOSB/8a, $93.94, $85.39, $38.54 The hourly rates offered by PFD Mechanical on the three most regularly used labor categories for repair and maintenance are generally lower than those of the local competition, with the exception that one offered a lower rate for the apprentice/helper. An apprentice / helper is less likely to be used alone for repairs however, as they would always require the supervision and direction of an experienced mechanic of at least Journeyman level. 7. Other facts supporting the justification. None 8. Statement of actions, if any, the agency may take to remove or overcome any barriers that led to the restricted consideration before any subsequent acquisition for the supplies or services is made: Because this requirement exceeds the Simplified Acquisition Threshold, in accordance with FAR 8.405-6(a)(2)(i)(b) - Limited Sources, within 14 days after delivery order award, a notice shall be posted in accordance with FAR 5.301 and a copy of this justification posted at the GPE http://www.fbo.gov for a minimum of 30 days. Any contractor proprietary data, references and citations, as are necessary to protect the proprietary data, will be removed before making the justifications available for public inspection. OPM FSEM shall seek a competitive follow-on contract, set-aside for small business, to replace this 12-month bridge. If the installed system will be replaced or upgraded, that work must be done competitively, and FSEM should consider including a five-year maintenance agreement along with the replacement requirement to ensure that both installation and maintenance are performed by the same contractor and that warranties will not be voided by future competition. CERTIFICATIONS AND APPROVAL: 9. I hereby certify that the information provided herein to support this Justification is accurate and complete to the best of my knowledge and belief. My signature signifies approval of this Limited Source Justification. Barbara Hansen 10/12/2018 Contracting OfficerDate 10. I hereby certify that the supporting data which form a basis for this justification are complete and accurate. CONCURRENCE: Timothy J. Allman 10/12/2018 Lead Facilities Operations SpecialistDate
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/OPM/OCAS/CD/AT26947/listing.html)
 
Place of Performance
Address: Theodore Roosevelt Building, Washington, District of Columbia, 20415, United States
Zip Code: 20415
 
Record
SN05141128-W 20181103/181101230953-275c157571b380f8faa0b15f64576557 (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.