SPECIAL NOTICE
X -- Justification and Approval (J&A) - Two-story modular facility (Building 1990) at Scott AFB, OH
- Notice Date
- 3/15/2012
- Notice Type
- Special Notice
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-LRL1203
- Archive Date
- 6/13/2012
- Point of Contact
- Patrick Duggins, 502-315-6187
- E-Mail Address
-
USACE District, Louisville
(patrick.j.duggins@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Government is currently leasing Building 1990 at Scott Air Force Base, an approximately 75,000 square foot two-story modular facility for the US Transportation Command (USTRANSCOM) under contract W912QR-06-C-0049. Contract W912QR-06-C-0049 was awarded in August 2006 to Veteran-Pacific JV in the total contract amount of $20.1 million under an 8(a) competitive solicitation. Contract W912QR-06-C-0049 is currently in the 5th year lease which ends 30 June 2012. The proposed action is to award a new five year lease contract. The intent is to award a Base year and four (4) option years to keep this facility for USTRANSCOM and Air Mobility Command (AMC). The scope of the contract will also include maintenance and allow for necessary renovations to meet users' requirements over the next five years. USTRANSCOM and AMC currently have requirements for temporary modular space of the same size that is currently provided under contract W912QR-06-C-0049. The need is projected to extend through 2017. There are no other facilities on Scott AFB that can meet the USTRANSCOM requirements. The intent is to award to Dominion Federal, the owner of the facility. Dominion Federal is a subcontractor to Veteran-Pacific JV under contract W912QR-06-C-0049. The 30 June 2012 contract expiration does not allow sufficient time to solicit, compete and award a new action and possible erect a new modular facility. In addition, any break in continuity of operation would impact the mission of and be unacceptable to USTRANSCOM and AMC. Keeping this modular facility in place is the only viable option. The expected time to construct a new modular facility is nine (9) months after contract award. USTRANSCOM would have to displace critical war time functions to other existing spaces that are not equipped or readily available. This displacement would have a major impact on national security. The timeframe for constructing new lease facilities to minimize impacts to on-going mission requirements, and the cost to disassemble the existing facility and reassemble a new facility make going to a competitor neither cost effective nor time effective. The only alternative is to competitively solicit a new modular lease contract. This alternative cannot be acquired in time to meet mission requirements. Authority cited: 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."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-LRL1203/listing.html)
- Record
- SN02698203-W 20120317/120315235536-a5a15c92d96f383875e5741333b01566 (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 |