9905-- Exterior Wayfinding and Signage
DEPARTMENT OF VETERANS AFFAIRS FAR 8 Justification for Limiting Sources (LSJ) Over the SAT Acquisition Plan Action ID: 36C246-23-AP-2702 Project Title: Exterior Wayfinding and Signage Effective Date: ... DEPARTMENT OF VETERANS AFFAIRS FAR 8 Justification for Limiting Sources (LSJ) Over the SAT Acquisition Plan Action ID: 36C246-23-AP-2702 Project Title: Exterior Wayfinding and Signage Effective Date: 02/01/2022 Page 3 of 4 LIMITED SOURCES JUSTIFICATION ORDER >SAT FAR PART 8.405-6 Acquisition Plan Action ID: 36C246-23-AP-2702 Project Title: Exterior Wayfinding and Signage Contracting Activity: Department of Veterans Affairs, VISN 6 VA Mid-Atlantic Health Care Network (2237): 652-23-2-7610-0045. Period of Performance: 05/05/2023 05/02/2024. Description of action: This acquisition is conducted under the authority of the Multiple- Award Schedule Program for exterior signage and wayfinding upgrades at the Richmond VA Medical Center. The facility is seeking to improve exterior signage and wayfinding as a continuing effort to move patients more efficiently throughout the hospital and hospital grounds, reducing stresses on both Veterans and staff, while increasing hospital efficiencies. The scope of this project includes exterior signage for directional, parking, and building identification for primary areas of the campus. Order against: FSS Contract Number: 47QSMA18D08QQ Name of Proposed Contractor: SDV OFFICE SYSTEMS, LLC Street Address: 26 MACALLAN LN City, State, Zip: ASHEVILLE, NC 28805-1246 Phone: Description of Supplies or Services: The current exterior signage and wayfinding is deficient due to facility changes and does not easily guide Veterans and Visitors. This request will allow the VA to update / upgrade exterior signage at the Richmond VA Medical Center. The facility has an established sign standard that is a component-based product line manufactured product line. This will allow them to retrofit exterior signs in portions of the project re-using sign foundations, poles, masonry bases, and the structural steel sign supports reducing project costs, facility disruption, and installation timeframes. The estimated value of the proposed action is $997,585.95. Identify the Authority and Supporting Rationale (see below and if applicable, a 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; SDV Office Systems, LLC an SDVOSB is the sole authorized reseller for Creative . Their selected wayfinding system can be customized to match the current signage in use throughout the Richmond VA Healthcare System for interchangeability, practicality, and inventory control. Furthermore, they will retrofit exterior signs in portions of the project, re-using sign foundations, poles, masonry bases, and the structural steel sign supports. Therefore, reducing project costs, facility disruption, and installation timeframes. It is anticipated these products will be durable and flexible to meet the rough demands and constant changing of the facility signage needs. The Contractor shall meet the requirements described in the Statement of Work. 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 for existing equipment. The material/service must be compatible in all aspects (form, fit and function) with existing systems presently installed/performing. 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: The required signage components are not standard or generic, but exclusive to SDV Office Systems LLC as the sole authorized reseller for Creative Signage, only one responsible source can provide the supplies to the requiring facility. As a result, SDV is the only entity capable of providing the requisite items described above without the Veteran's Health Administration (VHA) incurring significant duplication of cost that is unlikely to be recovered through competition, as well as avoiding unacceptable delays in meeting its requirements. Describe the Market Research Conducted among schedule holders and the results or a statement of the reason market research was not conducted: Market Research conducted using NAICS Code 339950 in SBA VetCert website revealed 154 SDVOSBs, in addition to GSA web search but none is anticipated to prevent substantial duplication of cost to the VHA from factors described above limiting competition to one source. In addition, FPDS-NG search results determined that previous acquisitions for the same or similar items being requested were provided to VHA by SDV office Systems LLC. There is no competition anticipated for this acquisition. The Government will continue to conduct market research to ascertain if there are changes in the marketplace that would enable future actions to be competed. Any Other Facts Supporting the Justification: Currently, there is no other type of signage used at this campus. The VA Central Office Signage Guidelines advises Implementation of a component (sign) system requires commitment to a specific manufacturer s system Therefore, following this guideline standard would result in finding a single source to reduce significant cost to the VA Healthcare System. Furthermore, the Contractor shall meet the requirements described in the Statement of Work. 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: The Government will continue to conduct market research to ascertain if there are changes in the marketplace that would enable future actions to be competed. _______________________________________________________________________ Note that this determination satisfies the requirements of FAR 8.405-6. The requirement to prepare a written justification IAW FAR 6.303 does not apply to Federal Supply Schedules.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »