Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2012 FBO #3750
SOLICITATION NOTICE

C -- A&E Services

Notice Date
2/28/2012
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, Kansas, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
FA4621-08-R-0004
 
Archive Date
3/31/2012
 
Point of Contact
Marcus Daniel Tucker, Phone: 316-759-4531, John C Person, Phone: 316-759-6866
 
E-Mail Address
marcus.tucker.1@us.af.mil, john.person@us.af.mil
(marcus.tucker.1@us.af.mil, john.person@us.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA4621-09-D-0002
 
Award Date
3/10/2009
 
Description
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION I. AGENCY/ACTIVITY/CONTRACT IDENTIFICATION: United States Air Force 22 CONS/LGCA Contracting Officer: William J. Carbrey III, DSN 743-4513 Contract: FA4621-09-D-0002, P00003 53384 Kansas Street, Building 840 McConnell AFB, Kansas 67221-3606 II. DESCRIPTION OF THIS ACTION: A. Upon approval, 22 CONS will execute a bilateral contract modification increasing the subject contract ceiling by ******* B. Type J&A: Individual III. DESCRIPTION OF SUPPLIES AND SERVICES: Narrative Description: This contract provides architect and engineering (A&E) services including design analysis, development of preliminary and final plans, specifications, cost estimates and bid schedules as required for facility maintenance, repair, alteration and new construction at McConnell AFB, KS. The contract is currently in its second option year with the current performance period ending on 31 Mar 12. Due to higher than expected volume of design work for demolition and construction projects, the contract will exceed its maximum contract value prior to completion of the current performance period if all currently planned projects are funded. There are currently five projects which have received a reservation of funds for FY12. One of the projects, PRQE #12-0134 - Repair Basewide Generator Infrastucture, is planned as a seed project for the new A&E contract, the remaining projects are: PRQE #12-0102B - Demolish/Consolidate Repair/Fabrication Shop Bldg 1128 PRQE #12-0108B - Demolish/Consolidate LRS Bldg 1169 PRQE #14-0101B - Demolish/Consolidate Administrative Buildings (Multi-Facilities) PRQE #11-0100A - Comprehensive Interior Design (CID), Bldg 850 The total estimated cost for the projects above is Approval for an additional $$, for a total of $$ on the current contract is requested to ensure adequate coverage for potentially higher proposed/negotiated amounts, contingencies, changes, etc. The Government intends to execute the work, subject to funds availability, before expiration of the current option period; however, if required, the option to extend services will be used. IV. STATUTORY AUTHORITY: 10 U.S.C. 2304 (c) (1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.10 U.S.C. 2304 (c) (1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. V. APPLICABILITY OF AUTHORITY: In accordance with FAR Part 6.302-1 (a)(2)(iii), there is a reasonable basis to conclude that the ability to execute limited follow-on contract orders above the current ceiling on the existing contract will avoid unacceptable delays and additional cost in fulfilling our requirements. Due to the uncertain funding environment, it is not possible to accurately estimate the amount of funding or timing of receipt for year-end construction projects. Given this situation, the Government cannot always develop a new contract, in the event one is needed, in sufficient time to allow for execution of funding if received prior to the end of the fiscal year. The projects under discussion are follow on Demolition/ construction design projects from previous studies (charrettes) completed by the incumbent (GLMV Architecture). As the design firm responsible for the initial projects, GLMV is uniquely qualified and possesses the requisite experience to deliver the final design packages at the best price and within the required time period to support receipt of construction funds prior to fiscal year end. Additionally, approximately $$ was spent developing the charrettes for the listed projects. It is estimated that a new firm could require an additional 950-1,200 hrs resulting in increased costs between $$ and $$ which is not expected to be recovered through competition. VI. EFFORTS TO OBTAIN COMPETITION: This contract was originally competed. The current contractor, GLMV, developed the initial studies for these design projects. There is no other firm that can provide additional design and engineering work without significant increased cost to the Government that is not expected to be recovered through competition. The Government plans to compete a new A&E contract in the first half of FY12. Additionally, the Government plans to issue a multiple-award contract for the follow-on A&E requirements, which will ease year-end execution constraints and create more competition for future design work. VII. FAIR AND REASONABLE COSTS: This acquisition is exempt from the requirement of cost and pricing data in accordance with FAR 15.403-1(b)(3). Engineering hours will be reviewed by Civil Engineering personnel and negotiated to arrive at a fair and reasonable price for the effort. Previous project/work history will also be used for comparison. At this time, the contracting officer anticipates the cost to the Government will be fair and reasonable. VIII. MARKET RESEARCH: As stated above, due to the recent work done by the incumbent firm in preparing the studies, the requirements are not available for competition, due to the unique nature of the services required. Having recently completed market research as part of the acquisition planning for the new contract, it is evident that no other architecture firm is in a position to deliver the requirements as expeditiously and effectively as GLMV due to their project-specific experience under the existing contract. IX. OTHER FACTORS: None. X. INTERESTED SOURCES: None. XI. STEPS TO FOSTER COMPETITION: The Government will continue to perform market research and is in the process of developing a new multiple-award A&E contract which will be solicited in early FY12. XII. CONTRACTING OFFICER'S CERTIFICATION: The Contracting Officer has determined this document to be both accurate and complete to the best of his knowledge.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-08-R-0004/listing.html)
 
Place of Performance
Address: 53384 Kansas St, McConnell AFB, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN02684441-W 20120301/120228234528-bf540d3e6d94055c517d7e3e9a5d846c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.