Description
VHAPG Part 808.405-6 Limiting Sources Page 1 of 3 Revision: 01 Effective Date: 09/01/2024 Acquisition ID#: 36C263-26-AP-1514 LIMITED SOURCES JUSTIFICATION ORDER >SAT FAR PART 8.405-6 Acquisition Plan Action ID: 36C263-26-AP-1514 (1) Contracting Activity: Department of Veterans Affairs, VISN 23, 618 VA Minneapolis Medical Center, Network Contracting Office 23 (NCO 23), Services and Supplies Team 4 (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). Sole sourced award for a new action. Order against: FSS Contract Number: GS-07F-190CA Name of Proposed Contractor: Johnson Controls Inc. Street Address: 2605 Fernbrook Lane North City, State, Zip: Plymouth, MN 55447 Phone: 763-585-5069 (3) Description of Supplies or Services: The estimated value of the proposed action is $ 740,000.00 The VA Minneapolis Health Care System requires Metasys Building Automation System Services. Due to proprietary software and hardware already installed, this requirement will be sole sourced to Johnson Controls Inc. There are no other third parties authorized to perform maintenance and service on JCI equipment. Johnson Controls Inc is a large business. There are no options for this procurement. (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; There is only one responsible/capable source of these required services. Due to proprietary software and hardware communications, JCI is the only responsible/capable source VHAPG Part 808.405-6 Limiting Sources Page 2 of 3 Revision: 01 Effective Date: 09/01/2024 Acquisition ID#: 36C263-26-AP-1514 to provide these maintenance services. JCI does not currently have authorized third parties who could provide these services. 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 …
Classification
Place of Performance
Contracting Office
Contacts
Attachments (1)