Www.vendorportal.ecms.va.gov



FedBizOppsAward NoticeCLASSIFICATION CODE*SUBJECT*CONTRACTING OFFICE'S* ZIP-CODESOLICITATION NUMBER*BASE NOTICE TYPEARCHIVE DAYS AFTER THE AWARD DATERECOVERY ACT FUNDSNAICS CODE*SET-ASIDECONTRACTING OFFICE ADDRESSDESCRIPTIONSee AttachmentPOINT OF CONTACT*(POC Information Automatically Filled from User Profile Unless Entered)AWARD NUMBER*AWARD AMOUNT*LINE ITEM NUMBERAWARD DATE (MM-DD-YYYY)*AWARDEE NAME*CONTRACTOR'S DUNS NUMBERAWARDEE ADDRESS LINE 1*AWARDEE ADDRESS LINE 2*AWARDEE ADDRESS LINE 3*AWARDEE ADDRESS LINE 4*AWARDEE CITYAWARDEE STATEAWARDEE ZIP CODEAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION AWARD INFORMATIONADDITIONAL INFORMATIONGENERAL INFORMATION* = Required FieldFedBizOpps Award NoticeRev. March 2010JMaintenance & Repair-Building securitysystems-69553214-1476VA69D-16-Q-087330N561210Great Lakes Acquisition Center (GLAC)Department of Veteran Affairs115 S 84th Street, Suite 101 WI 53214-1476Lori EastmeadGS-06F-0060P VA69D-16-F-4795$265,872.0010-01-2016JOHNSON CONTROLS, INC.050516509507 E MICHIGAN ST M-93MILWAUKEEWI53202Lori.Eastmead@emailLIMITED SOURCES JUSTIFICATIONORDER >$150,000FAR PART 8.405-6 Acquisition Plan Action ID: VA69D-16-AP-2307This 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: Johnson Controls, Inc.Manufacturer/Contractor: Johnson Controls, Inc.Manufacturer/Contractor POC & phone number: Scott Galaszewski, 414-405-5554Mfgr/Contractor Address: 507 E. Michigan Street, Milwaukee, WI 53202-5202Dealer/Rep address/phone number: Same as above FORMCHECKBOX The requested material or service represents the minimum requirements of the Government.(1) AGENCY AND CONTRACTING ACTIVITY:Department of Veterans AffairsGreat Lakes Acquisition Center (GLAC) 115 S 84th Street, Suite 101 Milwaukee, WI 53214-1476 FORMTEXT ????? VISN:12(2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED:This is a limited sources justification to establish a new sole source task order against FSS contractGS-06F-0060P with Johnson Controls, Inc. for maintenance, repairs and emergency service on the facility security network/systems at the Milwaukee VAMC and associated buildings. The task order will be firm fixed price. FORMTEXT ????? FORMTEXT ?????(a)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY’S NEED:The VA requires weekly maintenance services, repairs and emergency services as needed on critical building security systems located at the Milwaukee VAMC, Honey Creek GLAC & HR, Appleton Clinic, Green Bay Clinic, Union Grove Clinic and the Community Resource Referral Center (CRRC). The security systems requiring service include: Pegasys P-2000 security system and workstations, Metasys Building Automation System, CCTV systems, Bosch Security Escort System Interface, Bosch Intrusion System Interface, Security Intercom Systems (to include Aiphones and Talk-a-Phones), and a badging station for PIV verification of federal employees. FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ?????(b)ESTIMATED DOLLAR VALUE: Base Year ($ ), Option Year One ($), Option Year Two ($), Option Year Three ($), Option Year Four ($), Grand Estimated Total= $.(c)REQUIRED DELIVERY DATE: The period of performance for this task order will be October 1, 2016 through September 30, 2017 with four one-year options to extend.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. FORMCHECKBOX 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.The security network located at the Milwaukee VA Medical Center and its outlying buildings consist of numerous cameras, CCTV recording servers, switches, card readers, card printers and associated monitoring systems. All of the security network’s separate components (including Milestone, Talk-a-Phone, Marathon and Bosch Systems) integrate into the Johnson Controls’ P-2000 system to act as one complete and common platform. The P-2000 security system acts as the overall hub system and is responsible for the control of terminal devices (cameras, motion detectors, card readers, etc.) battery back-up systems, PIV systems, ingress/egress and interfaces with CCTV servers. The facility’s security network was designed, installed, and is maintained by Johnson Controls. FORMTEXT ?????The P-2000 system is manufactured by and is proprietary to Johnson Controls. Johnson Controls is the only source for licensure and warranties of their proprietary systems. Johnson Controls does not authorize third party support for the P-2000 System, thus it is the only source for required parts and maintenance services. The security network’s integrity will be compromised if parts other than the manufacturer’s parts are used and would prevent upgrades to the system. Technicians other than those currently trained and employed by Johnson Controls do not have access to full technical support knowledge base resources necessary for monitoring the programming of the platform which keeps the system up to date and fully operational. FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ?????(5) DESCRIBE WHY YOU BELIEVE THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.4 TO AID THE CONTRACTING OFFICER IN MAKING THIS BEST VALUE DETERMINATION: Johnson Controls offers GSA schedule pricing for products and labor to maintain all security systems in place at the Milwaukee VAMC and associated buildings. Per FAR Part 8.404, Use of Federal Supply Schedules, pricing has already been determined to be fair and reasonable. Approximately $12,000,000.00 has been invested in the current security network equipment and upgrades throughout the Milwaukee VAMC complex and its outlying buildings. Total equipment replacement costs would exceed the amount the VA has invested in the current system, its components, and associated maintenance. Given the VA’s significant investment in the current security system infrastructure and the prohibitive cost of a replacement system, the CO has determined that maintaining the current system with Johnson Controls represents the best value to the government. FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ?????(6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED:As part of the market research Johnson Controls, Inc., a holder of GSA contract GS-07F-190CA and GS-06F-0060P, was contacted by the Milwaukee VAMC Police to provide a multiple year quote for the new facilities requirement. A request for information (VA-69D-16-N-0700) was posted to FBO from 4/8/16 – 4/18/16 to find other possible vendors that could perform services. Upon closing, responses were evaluated and it was determined that no other vendors were able to meet the requirements of this procurement. The P-2000 software and hardware products are proprietary to Johnson Controls and Johnson Controls is the only source capable of providing the ongoing software and maintenance updates to the P-2000 network. The Contracting Officer could not identify another vendor who could meet VA’s requirement. FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ?????(7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION:None FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ?????(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 FORMTEXT ????? FORMTEXT ????? FORMTEXT ????? FORMTEXT ?????(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.) FORMTEXT ????? FORMTEXT ?????SIGNATUREDATE FORMTEXT ????? FORMTEXT ????? FORMTEXT ?????NAMETITLESERVICE LINE/SECTION FORMTEXT ????? FACILITY(10) APPROVALS IN ACCORDANCE WITH THE VHAPM, Volume 6, Chapter VI: OFOC SOP: a. CONTRACTING OFFICER’S CERTIFICATION (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. FORMTEXT ????? FORMTEXT ?????CONTRACTING OFFICER/DESIGNEE’S SIGNATUREDATE FORMTEXT ????? FORMTEXT ?????______________________________NAME AND TITLEFACILITYb. Director of Contracting/DESIGNEE: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. FORMTEXT ????? FORMTEXT ?????SIGNATUREDATE FORMTEXT ?????Donald R. KingActing Director of ContractingNCO 12HIGHER LEVEL APPROVAL (Required For orders over $700,000): c. VHA SAO HCA REVIEW AND APPROVAL (over $700,000 to $13.5 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for restricting consideration of the Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4 FORMTEXT ????? FORMTEXT ?????Linda S. GreavesActing Director, SAO Central RegionDATESAO Central Head of Contracting Activity (HCA) ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download

To fulfill the demand for quickly locating and searching documents.

It is intelligent file search solution for home and business.

Literature Lottery

Related download
Related searches