SPECIAL NOTICE
R -- Small Package Delivery Service Columbus VAACC, Chillicothe VAMC, and Cincinnati VAMC
- Notice Date
- 10/6/2021 6:42:57 PM
- Notice Type
- Justification
- NAICS
- 492110
— Couriers and Express Delivery Services
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25022F0061
- Archive Date
- 12/05/2021
- Point of Contact
- Josh Kovar, Contract Specialist
- E-Mail Address
-
Joshua.Kovar@VA.gov
(Joshua.Kovar@VA.gov)
- Award Number
- HTC71117DC003
- Award Date
- 10/01/2021
- Awardee
- UNITED PARCEL SERVICE CO. LOUISVILLE 40223
- Award Amount
- 294498.00000000
- Description
- VHAPM Part 808.405-6 Limiting Sources Attachment 2: Request for Limited Sources Justification Format >SAT VHAPM Part 808.405-6 Limiting Sources Page 1 of 5 Original Date: 08/30/2017 Revision 03 Eff Date: 03/18/2021 LIMITED SOURCES JUSTIFICATION ORDER >SAT FAR PART 8.405-6 Acquisition Plan Action ID: 36C250-21-AP-4626 (1) Contracting Activity: Department of Veterans Affairs, VISN 10, Chalmers P. Wylie VA Ambulatory Care Center, Cincinnati VA Medical Center and Chillicothe VA Medical Centers and CBOC s. Funding Document ID s 538-22-1-4155-0002 Chillicothe VAMC / CBOC s 757-22-1-021-0001 Columbus Logistics/Mailroom 757-22-1-065-0002 Columbus Pharmacy 539-22-1-102-0001 Cincinnati Pharmacy (2) Description of Action: This acquisition is conducted under the authority of the MultipleAward Schedule Program (41 U.S.C. 152(3) and 40 U.S.C. 501). This is a new task order against the NGDS FSS Contract through GSA. Order against: FSS Contract Number: __HTC711-17-D-C003__ Name of Proposed Contractor: United Parcel Service UPS (DUNS:155953086) Street Address: 1400 N. Hurstbourne Pkwy City, State, Zip: Louisville, KY 40223 Phone: Michael Terrell - 410.718.1311 (3) Description of Supplies or Services: The estimated value of the proposed action is $ 294,498.00 (6 Month Contract) Contract is for package pick-up and delivery services at 2 medical centers, 1 ambulatory care center, and 6 CBOC s. Vendor is to deliver and pick-up packages every business-day and deliver them to the addresses indicated on the package. Contract POP is for 6 months (10/01/21 03/31/22) To get off of 10/1 start date/ (4) Identify the Authority and Supporting Rationale (see below and if applicable, a demonstration of the proposed contractor s unique qualifications to provide the required supply or service. FAR 8.405-6(a)(1)(A): An urgent and compelling need exists and following the ordering procedures would result in unacceptable delays: FAR 8.405-6(a)(1)(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; Executive Memoranda M-17-29, directs the CO to a Best-in-Class Mandatory solution for package delivery services. VA Directive 7179 directs to GSA PBA for domestic delivery services. NGDS (Next Generation Delivery Service) is available through GSA for DoD, Federal Civilian Agencies, and authorized entities. FAR 8.405-6(a)(1)(C): In the interest of economy and efficiency, the new work is a logical follow-on to an original Federal Supply Schedule order provided that the original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures. The original order must not have been previously issued under sole source or limited source procedures. FAR 8.405-6(b): Items peculiar to one manufacturer: A patent, copyright or proprietary data limits competition. The proprietary data is: These are direct replacements parts/components for existing equipment. The material/service must be compatible in all aspects (form, fit and function) with existing systems presently installed/performing. (5) Describe Why You Believe the Order Represents the Best Value consistent with FAR 8.404(d) to aid the contracting officer in making this best value determination: This order represents the best value to the government due to the pre-negotiated pricing that was dictated upon contract award. This contract offers enterprise level purchasing power that eliminates redundancies and increases efficiency in order to deliver better value and savings to the government. FY22 pricing has shown a negligible increase over last FY s pricing. (6) Describe the Market Research Conducted among schedule holders and the results or a statement of the reason market research was not conducted. VA Rule of Two is unobtainable for this requirement. VA Directive 7179 and Executive Memorandum M-17-29 advise the CO to utilize the NGDS solutions outlined in GSA to decrease costs and increase efficiencies regarding package delivery. Of the three vendors provided in this IDIQ there is no SDVOSB or VOSB listed, only 3 large businesses. (7) Any Other Facts Supporting the Justification: N/A (8) A Statement of the 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: None N/A (9) Requirements Certification: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge. I understand that processing of this limited sources justification restricts consideration of Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4. (This signature is the requestor s supervisor, fund control point official, chief of service or someone with responsibility and accountability.) _____ SIGNATURE DATE Bernard Reuille Chief Logistics Officer Chalmers P. Wylie VA ACC (10) Approvals in accordance with the VHAPM Part 806.3 OFOC SOP: This part if filled out by Contracting Staff as part of the Justification a. Contracting Officer s Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. ______________________________ Mary Jane Crim Contracting Officer NCO-10 Kettering b. One Level Above the Contracting Officer (Required over the SAT but not exceeding $750K): I certify the justification meets requirements for other than full and open competition. Signature Date John Ryan NCO-10 Services Team 1 Branch Chief VHAPM Part 808.405-6 Limiting Sources Attachment 2: Request for Limited Sources Justification Format >SAT VHAPM Part 808.405-6 Limiting Sources Page 5 of 5 Original Date: 08/30/2017 Revision 03 Eff Date: 03/18/2021
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c886e2a2f4874b7aa94339f292772c0e/view)
- Record
- SN06152165-F 20211008/211006230117 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |