SPECIAL NOTICE
Z -- FEMA Region 1 Well tank refurbishment Project
- Notice Date
- 10/3/2023 8:43:36 AM
- Notice Type
- Justification
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- REGION 1: EMERGENCY PREPAREDNESS AN BOSTON MA 02109 USA
- ZIP Code
- 02109
- Solicitation Number
- 70fbr123p00000039
- Archive Date
- 11/02/2023
- Point of Contact
- christopher kelly
- E-Mail Address
-
christopher.kelly@fema.dhs.gov
(christopher.kelly@fema.dhs.gov)
- Award Number
- 70FBR123P00000039
- Award Date
- 09/29/2023
- Description
- SSJ No. 70FBR123P00000039 Date:�� 09/29/2023����������������������������� PR Number: WX06223Y2023T, WX06222Y2023T Nature and/or description of the item/service being procured and anticipated cost: well tank that feeds the generator assessment, maintenance, and refurbishment project $150,000.00 Sole Source Justification Rationale in accordance with FAR 13.106-1(b)(1)(i) and (ii). (Check one and provide rationale below): ������� X��������� Only one source reasonably available. ��������������� �Urgent and compelling circumstances exists. ����������������� �Exclusive licensing agreement exists. ����������������� �Brand name. If the brand name requirement applies to a portion of the procurement, please identify that portion. ����������������� �Industrial Mobilization ������� �������� �Other. Explain: The purpose of the purchase order issued to Brown Point Facility Management is to bring the well tank back into compliance and into working order. The 2,330 gallon well tank is original to the building and has not been serviced, cleaned, or maintained for many years. The interior condition of the tank is unknown at this time. The tank in its current state cannot be opened or serviced due to deferred maintenance regarding the valves and manway. The project will refurbish the interior of the tank and re-line the interior with a 30-year warrantied liner, as well as remove any and all debris build up. The project will also install a new manway for future maintenance as required, and new ball valves so that the well tank can be brought back into compliance and working order. Brown Point currently holds the mechanical maintenance contract at the facility awarded under 70FBR121C00000004. This contract requires Brown Point to be responsible and knowledgeable for all mechanical systems located within the facility. This includes the generator system and the well tank. Brown Point is required to maintain the generator system, and any annual PM required under state/local/federal laws/standards. To compete this procurement on the open market could result in the potential for duplication of efforts, and costs associated with a vendor to come in and perform an engineering assessment survey report as needed. By working directly with the company responsible for the maintenance of this system, FEMA benefits from Brown Point�s project management expertise utilizing the subcontractor who performs the annual sprinkler testing/certification at the facility. In order to complete the above actions, a contractor will required the following: Obtain Security clearance to gain access to RRCC Knowledge of the current system for the building Knowledge of all PM work history and annual testing performed Equipment compatibility Obtaining manpower and providing a schedule to meet Region I critical timeline The Federal Regional Center (FRC) is a 1960s-built underground bunker originally built and operated by the Civil Air Defense agency. The building itself since FEMA took over its operation, has been significantly upgraded and renovated over the years for FEMA�s RRCC and day to day operations. Given the facility�s initial use, a lot of the mechanical systems/ engineering outlay are unique to this building and do not conform with traditional commercial buildings. As this is the case, it is imperative that vendors and contractors who are to perform work in the facility have a knowledgeable understanding of the systems. The required tasks will result in the continual successful operation and improvement of the RRCC. Research suggest that a new full and open competition contract and the potential introduction of another contractor would result in a duplication of costs, which is not anticipated to regain through competition because any alternative contractor would have to perform their own evaluation and assessment to understand the RRCC layout, obtain Security clearance and assess the well tank. This process will expend additional time and cost to the Government, which will not allow the Government to meet their required timetable during this Hurricane season. Contractor has performed similar work and staff has vetted security clearances. The anticipated price will be determined fair and reasonable based on one or more of the price analysis techniques described below in accordance with FAR Part 13.106-3(a)(2). (Check one and provide short explanation and description of action taken): ����������������� �Market Research. �������������������� �Comparison of the proposed price with prices found reasonable on previous purchases. ����������������� �Current price List. ����������������� �Comparison with similar items in a related industry. ������������������ �Comparison to IGCE. X������� Contracting Officer�s personal knowledge. Other.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d0b1b617da7943388558eb4e8ee36b46/view)
- Place of Performance
- Address: Maynard, MA 01754, USA
- Zip Code: 01754
- Country: USA
- Zip Code: 01754
- Record
- SN06852065-F 20231005/231003230048 (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 |