Search Contract Opportunities

FY23: Chiller Plant Rebuild Emergency

ID: 36C24823F0352 • Type: Award Notice • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Page 1 of 4 Effective Date: 02/01/2022 LIMITED SOURCES JUSTIFICATION ORDER >SAT FAR PART 8.405-6 Acquisition Plan Action ID: 36C248-23-AP-6214 (1) Contracting Activity: Department of Veterans Affairs, VISN 8, Lake City Medical Center, 619 S. Marion Ave, Lake City, Fl, 32025. The base transaction number is 573-23-3235-1449. (2) Description of Action: This acquisition is conducted under the authority of the Multiple-Award Schedule Program (41 U.S.C. 152(3) and 40 U.S.C. 501). The Lake City VA Medical Center has an emergency requirement to rebuild four (4) chillers located in the facilities main cooling plant. Currently one of four is completely down and offline requiring repairs that will be addressed once this contract is awarded. Order against: FSS Contract Number: 47QSWA20D002A Name of Proposed Contractor: Trane Technologies Street Address: 3600 Pammel Creek Rd City, State, Zip: La Crosse, WI, 54601-7511 (3) Description of Supplies or Services: The estimated value of the proposed action is $749,296.00. The Lake City VA has a requirement to rebuild four (4) chillers located in the facilities main cooling plant. The current chillers are roughly 15 years old and are having issues maintaining chilled water temps for the facility. The proposed contract would involve completely disassembling each chiller one at a time and replace most of the internal parts, basically providing a new chiller to include a warranty for several years. (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. (CHECK THE APPLICABLE AUTHORITY BELOW AND COMPLETE) FAR 8.405-6(a)(1)(A): An urgent and compelling need exists and following the ordering procedures would result in unacceptable delays: Specify the urgency/compelling need. 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; Three out of the four chillers to be rebuilt are manufactured by Trane Technologies. With current parts availability Trane is the only vendor able to complete the required repairs. Also, with Trane being the original manufacturer they are the only company able to provide the warranty associated with the proposed repairs the contract would address, as the repairs would be completed by certified Trane technicians. 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. Specify how the new work is a logical follow-on to the original order and confirm that the original order was not 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: (If FAR 8.405-6(a)(2)iii before posting. Do not include specific proprietary data. Only mention the type of equipment, procedure, etc. to show that proprietary supplies or services are being procured.) 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. Describe the equipment/function you have now and how the new item/service must coordinate, connect, or interface with the existing system. (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: Trane Technologies is the only company able to warranty the equipment in the capacity that they are proposing, essentially providing seven-year warranty where any and all service would be at no cost to the government. Also, GSA has already determined prices under Trane schedule as fair and reasonable. (6) Describe the Market Research Conducted among schedule holders and the results or a statement of the reason market research was not conducted. Market research consisted of the minimum requirement to meet the rule of two. A VIP search was conducted. There are zero SDVOSB/VOSB s listed under the NAICS 238220 with the capabilities to perform any work on Chillers. However, due to the nature of the requirement as an emergency and Trane as the OEM, no farther market research was conducted. (7) Any Other Facts Supporting the Justification: Trane provide a sole source letter. (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: Unknown due to Trane is the OEM. (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 NAME TITLE SERVICE LINE/SECTION FACILITY (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. _____ CONTRACTING OFFICER/DESIGNEE S SIGNATURE DATE ______________________________ NAME AND TITLE FACILITY/NCO/PCO 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 Jorge Munoz Branch Chief Services-NCO8

Overview

Awardee
Award ID
47QSWA20D002A36C24823F0352
Reported Award
$749,296
Award Date
Aug. 23, 2023
Posted
Aug. 23, 2023, 9:34 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
800 Employees
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
FY23: Chiller Plant Rebuild Emergency (36C24823F0352) was awarded to Trane U.S on 8/23/23 by VISN 8: Sunshine Healthcare Network.
Primary Contact
Title
Contract Specialist
Name
Shirley D Courtney   Profile
Phone
(352) 381-5705

Documents

Posted documents for Award Notice 36C24823F0352

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Award Notifications

Agency published notification of awards for Award Notice 36C24823F0352

Similar Active Opportunities

Open contract opportunities similar to Award Notice 36C24823F0352

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 248-NETWORK CONTRACT OFFICE 8 (36C248)
FPDS Organization Code
3600-00248
Source Organization Code
100167097
Last Updated
Sept. 22, 2023
Last Updated By
shirley.courtney@va.gov
Archive Date
Sept. 22, 2023