Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 13, 2025 SAM #8630
AWARD

66 -- Notice of Sole Source Award Contract Number: 36C24W25P0091

Notice Date
7/11/2025 10:48:51 AM
 
Notice Type
Award Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
RPO WEST (36C24W) MCCLELLAN CA 95652 USA
 
ZIP Code
95652
 
Solicitation Number
62325324550165
 
Archive Date
07/26/2025
 
Point of Contact
Zachary Zottola, Contract Specialist, Phone: 971-990-6951
 
E-Mail Address
Zachary.Zottola@va.gov
(Zachary.Zottola@va.gov)
 
Award Number
36C24W25P0091
 
Award Date
07/10/2025
 
Awardee
TRILLAMED LLC BINGHAM FARMS 48025
 
Award Amount
312590.20
 
Description
Request for Sole Source Justification Format >SAT VHAPG Part 806.3 OFOC Revision: 03 Effective Date: Acquisition ID#: Page 1 of 5 04/15/24 DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>SAT) Acquisition Plan Action ID: Contracting Activity: Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 19, Network Contracting Office (NCO) 19 located at 1011 Honor Heights Dr, Muskogee, OK 74401, in support of VISN 19, Eastern Oklahoma Health Care System. VA2237: 623-25-3-2455-0165. Nature and/or Description of the Action Being Processed: The Eastern Oklahoma VA Health Care System has a requirement which needs justification and approval for a firm- fixed priced purchase of TempTrak Monitoring System by awarding to a Service-Disabled Veteran Owned (SDVOSB) Sole Source at an estimated total price of $312,590.20. Description of Supplies/Services Required to Meet the Agency s Needs: The Eastern Oklahoma VA Health Care System has a need to purchase a TempTrak Monitoring System. The estimated value of the proposed action is $ 312,590.20. Equipment: Services: Statutory Authority Permitting Other than Full and Open Competition: 41 USC §3304(a)(5), 38 U.S. Code § 8127(c), as implemented by FAR 6.302-5 (Authorized or Required by Statute). Contracting Officers may use the non-competitive (sole source) procedures authorized in VAAR 819.7008 (DEVIATION) or VAAR819.7009 (DEVIATION) up to $5,000,000. Check the specific VAAR clause used below: (X)819.7008 Sole source awards to a certified service-disabled veteran-owned small business; or ( ) 819.7009 Sole source awards to a certified veteran-owned small business Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): 41 USC §3304(a)(5), 38 U.S. Code §8127(c), as implemented by FAR 6.302-5 (Authorized or Required by Statute). Contracting Officers may use the non-competitive (sole source) procedures authorized in VAAR 819.7007 or 819.7008 up to $5,000,000. The authority cited above states that a Contracting Officer may award a contract to a verified SDVOSB concern using procedures other than competitive procedures provided The anticipated award price of the contract (including options) will not exceed $5 million. The justification prepared pursuant to FAR 6.302-5(c)(2)(ii) is posted in accordance with FAR subpart 5.301(d). The SDVOSB concern has been determined to be a responsible source with respect to performance. In the estimation of the contracting officer, a contract award can be made at a fair and reasonable price that offers best value to the Government. This authority is used judiciously and only when in the best interest of the Government. The SDVOSB source meets eligibility requirements in VAAR 819.7003; and A procurement requirement estimated to exceed the legislative threshold of $5 million is not to be split or subdivided. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: It was revealed that TrillaMed LLC, is Copeland Cold Chain LP d/b/a Cooper-Atkins Sole Authorized OEM Service-Disabled Veteran Owned Small Business distributor for sale of its TempTrakTM wireless environmental monitoring system. Authorized Distributor/Reseller letter/memo provided by manufacturer Copeland Cold Chain LP d/b/a Cooper-Atkins. Determination by the Contracting Officer (CO) that the Anticipated Cost to the Government will be Fair and Reasonable: Independent Government Cost Estimate (IGCE): The IGCE prepared for this procurement was $312,590.20. The preparation of the IGCE involved a detailed evaluation of the required goods/services and included a breakdown of all cost elements such as labor, materials, overhead, and profit. Quote Proposal from TrillaMed LLC: TrillaMed LLC submitted a quote proposal with a total estimated cost of $312,590.20. Their proposal includes all necessary cost elements and aligns with the detailed requirements set forth in the contract solicitation. Comparison and Evaluation: Fair and Reasonable Determination: The congruence between the IGCE and the quote proposal from TrillaMed LLC confirms that the pricing is fair and reasonable. Conclusion: Based on the thorough analysis outlined above, the Contracting Officer (CO) has determined that the anticipated cost to the government for the contract with TrillaMed LLC is fair and reasonable. The pricing structure proposed by TrillaMed LLC aligns with the IGCE and market benchmarks, ensuring that the government receives value for money and will not exceed $5 million. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Market research was conducted in accordance with FAR Part 10, was conducted by research of VetCert verified sources which yielded 198 SDVOSB/VOSB potential qualified sources. This SDVOSB sole source, however, is being conducted under the authority of 41USC §3304(a)(5), 38 U.S. Code § 8127(c), as implemented by FAR 6.302-5 (Authorized or Required by Statute) in which the Contracting Officer (CO) is permitted to use judiciously. Any Other Facts Supporting the Use of Other than Full and Open Competition: Market research was conducted, and it was revealed that TrillaMed LLC, is Copeland Cold Chain LP d/b/a Cooper-Atkins Sole Authorized OEM Service-Disabled Veteran Owned Small Business distributor for sale of its TempTrakTM wireless environmental monitoring system. Authorized Distributor/Reseller letter/memo provided by manufacturer Copeland Cold Chain LP d/b/a Cooper-Atkins. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: It was revealed that TrillaMed LLC, is Copeland Cold Chain LP d/b/a Cooper-Atkins Sole Authorized OEM Service-Disabled Veteran Owned Small Business distributor for sale of its TempTrakTM wireless environmental monitoring system. Authorized Distributor/Reseller letter/memo provided by manufacturer Copeland Cold Chain LP d/b/a Cooper-Atkins. A Statement of the Actions, if any, the Agency May Take to Remove or Overcome any Barriers to Competition before Making subsequent acquisitions for the supplies or services required: TrillaMed LLC, is Copeland Cold Chain LP d/b/a Cooper-Atkins Sole Authorized OEM Service-Disabled Veteran Owned Small Business distributor for sale of its TempTrakTM wireless environmental monitoring system. Authorized Distributor/Reseller letter/memo provided by manufacturer Copeland Cold Chain LP d/b/a Cooper-Atkins. 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 and belief. Date Approvals in accordance with the VHAPM Part 806.3 OFOC SOP: Recommend award to TrillaMed LLC, Copeland Cold Chain LP d/b/a Cooper-Atkins Sole Authorized OEM Service-Disabled Veteran Owned Small Business distributor for sale of its TempTrakTM wireless environmental monitoring system. Contracting Officer Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Date One Level Above the Contracting Officer (Required over SAT but not exceeding $750K): I certify the justification meets requirements for other than full and open competition. Date
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/10350e13652c444489da42a5f567f633/view)
 
Record
SN07506290-F 20250713/250711230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.