Search Contract Opportunities

BAS Maintenance contract 2013

ID: VA25613F0169 • Type: Fair Opportunity Limited Sources Justification

Description

LIMITED SOURCES JUSTIFICATION ORDERS >$150,000 FAR PART 8.405-6 2237 Transaction # or Vista Equipment Transaction #: 629-13-1-633-0019 This acquisition is conducted under the authority of the Multiple Award Schedule Program. The material or service listed in par. 3 below is sole source, therefore, consideration of the number of contractors required by FAR Subpart 8.4 - Federal Supply Schedules, is precluded for the reasons indicated below. Restricted to the following source: Manufacturer/Contractor: Honeywell International Inc. POC & phone number: Stuart Fielden 1-888-472-1466 Mfgr/Contractor Address: 2301 North Hullen Street Suite 100, Metaire, La Dealer/Rep address/phone number: 504-835-5795 The requested material or service represents the minimum requirements of the Government. AGENCY AND CONIRACTING ACTIVITY: Department of Veterans Affairs SLVHCS 1515 Poydras Street Suite 1100 New Orleans, LA. 70112 Network Contracting Activity: 16 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: Facility Management Service Line is requesting maintenance agreement services which is required to maintain the good working order of the Honeywell EBI BAS system that was installed in 2010 at many of the SLVHCS clinics, including 1601 Perdido St., New Orleans, 2237 Poydras St. New Orleans, Baton Rouge (2 locations), St. John and Hammond. The initial warranty period has expired and the purchase of a maintenance agreement will ensure continuous maintenance in good working order in a more cost effective manner than individual procured repairs post failure. It will also ensure uninterrupted performance of the system so that it's benefit to the VA is fully and continuously derived. This limited source award will be made to Honeywell International Inc, a large business, This is a service type contract at a firm fixed-price. (3)(a) A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: The services to be acquired consists of Enterprise Integrator (EBI) and Digital Video Manager (DVM) lifecycle management of software and hardware: new releases of EBI software revisions (to include service patches and new software versions) and installation and programming to keep the system functional. Preventative maintenance & repair of the EBI/DVM software, (3) EBI servers and (3) EBI operator stations, EBI operator training, EBI operator assistance, and preventative maintenance and replacement of failed or defective parts (b) ESTIMATED DOLLAR VALUE: $153,500.yr (c) REQUIRED DELIVERY DATE: 11/1/01/2012 (4) IDENTIFICATION OF THE JUSTIFICATION RATIONALE (SEE FAR 8.405-6), AND IF APPLICABLE, A DEMONSTRATION OF THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS TO PROVIDE THE REQUIRED SUPPLY OR SERVICE. X Specific characteristics of the material or service that limit the availability to a sole source (unique features, function of the item, etc.). Describe in detail why only this suggested source can furnish the requirements to the exclusion of other sources. Honeywell installed the new building automation system (BAS) in 2009-2010 as an American Recovery and Reinvestment Act of 2009 project. via contract awarded after a full and open competitive process in 2009. As the BAS system is a Honeywell designed and constructed system, the functional operation, components and equipment and the monitoring capabilities are unique to Honeywell. Only Honeywell can maintain the system to operate as currently designed and constructed without making changes to it's design or functional performance. There are limits on performance of other potential maintenance agreement providers related to proprietary data and equipment. Acquisition of direct replacements parts/components for the existing equipment are obtainable only from Honeywell, the sole-source for all of their proprietary technology. The required services must provide 100% service maintenance of the existing systems, full repair and maintenance, and expert staff training to support the presently installed/performing system. No other source is practical under the circumstances. Honeywell Business Solutions is the only source that is capable of providing the supplies and services required at the level of quality required because the supplies, services, and final configuration are unique to Honeywell Business Solutions. (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: Market research has shown that the offered pricing for maintenance contracts is competitive and the price agreed is the pricing from the contractor's FSS contract GS-21F-0134W, determined fair and reasonable by the GSA Contracting Officer at the time of award. Technical capability and Price represent the best value available to the Government. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: Pursuant to FAR Part 10 market research was conducted to find the equivalent services on \GSA advantage E/Buy and as a result of that research the items were available on the GSA/FSS schedule. Further research through email, phone calls revealed that Honeywell International was the manufacturer and that Honeywell Building Solutions is the only provider. Market research, in accordance with FAR Part 10 was conducted by synopsis of the proposed acquisition, advising industry of the pending acquisition and soliciting inquiries from interested parties. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: Honeywell Business Solutions is responsible for the design, installation, and commissioning of the current system for which maintenance is required. (8) A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVER COME ANY BARRIERS THAT LED TO THE RESTRICTED CONSIDERATION BEFORE ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICES IS MADE: This need will dissolve once SLVHCS has occupied it's new hospital in 2016, currently under construction.. Until then, SLVHCS will have to evaluate the necessity and means of maintaining each year until we leave the facilities. (9) REOUIREMENTS CERTIFICATION: I certify that the requirement outlined in this justification is a bonafide 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 his signature is the equestors supervisor, fluid control point (Octal, chief of (This signature is the requestor's supervisor, fluid control point (Octal, chief of service or someone with responsibility and accountability.) No further competitive action is anticipated. ______________________________________ __________________________________ SIGNATURE DATE Phil Boogaerts Chief Engineer Facilities Management SLVHCS NAME TITLE SERVICE LINE/SECTION FACILITY (10) APPROVALS IN ACCORDANCE WITH FAR 8.405-6(h): a. CONTRACTING OFFICER'S CERTIFICATION (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. CONTRACTING OFFICER'S SIGNATURE DATE Robyn Calliham SLVHCS

Overview

Award Date
Nov. 1, 2012
Response Deadline
None
Posted
Nov. 8, 2012, 3:20 p.m. EST
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Sole Source
On 11/8/12 Department of Veterans Affairs issued Fair Opportunity Limited Sources Justification VA25613F0169 for BAS Maintenance contract 2013.
Primary Contact
Name
Robyn Calliham Contract Specialist 504-566-8463 Contract Specialist
Email
Phone
None

Secondary Contact

Name
None
Phone
None

Documents

Posted documents for Fair Opportunity Limited Sources Justification VA25613F0169

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Fair Opportunity Limited Sources Justification VA25613F0169

Potential Bidders and Partners

Awardees that have won contracts similar to Fair Opportunity Limited Sources Justification VA25613F0169

Similar Active Opportunities

Open contract opportunities similar to Fair Opportunity Limited Sources Justification VA25613F0169

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > Department of Veterans Affairs Medical Center
Source Organization Code
b4ac555dc98427d9998b508e27d4d32d
Last Updated
Jan. 5, 2013
Last Updated By
PI33_DR_IAE_51681
Archive Date
Jan. 5, 2013