SOLICITATION NOTICE
R -- Intent to award to Weston Solutions for Technical Support @ Palmetron Zinc Pile Superfund Site
- Notice Date
- 8/28/2012
- Notice Type
- Presolicitation
- Contracting Office
- WASO - WCP - Denver Contracting & Procurement P.O. Box 25287MS WCP Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- A1200003833
- Response Due
- 8/30/2012
- Archive Date
- 8/28/2013
- Point of Contact
- Matthew T Mulcahy Contract Specialist 3039876985 Matthew_mulcahy@contractor.nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION 8/18/12 Technical Support, Palmerton Zinc Pile Superfund Site At Appalachian National Scenic Trail As required by Federal Acquisition Regulation (FAR) 6.3, authority is herein requested to contract on a sole source Technical Support at Palmerton Zinc Pile Superfund Site for Appalachian National Scenic Trail in support of National Park Service visitor services. In accordance with 41 U.S.C. 253(c), this justification is submitted to request award of a contract to Weston Solutions, Inc. of West Chester, P. As specified by FAR 6.303-2, the following are the facts and rationale to justify the use of the specific authority cited. (1)Identification of the agency and the contracting activity, and specific identification of the document as a "Justification for other than Full and Open Competition." The agency is the U.S. Department of the Interior acting through the National Park Service, CERCLA office. The Contracting activity is the National Park Service WASO-WCP. This document is a Justification for other than Full and Open Competition. (2)Nature and/or description of the action being approved. The nature of the work to be done, specifically this contractor is uniquely positioned to continue development of the work product generated under the original contract, as well as, the advantage to the agency of the contractor's familiarity with the project and various entities involved. The Site Responsible Parties have initiated full-scale Remedial Action under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and there would be considerable loss of time, resources, and continuity trying to bring a new contractor into the final stages of this complex, multi-million dollar project. (3)Description of the supplies or services required to meet the agency's needs (including the estimated value). The Contractor will provide sufficient resources to support the National Park Service (NPS) for all Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) activities relating to the Palmerton Zinc Superfund Site (Site). Such resources shall include direct support to the NPS Environmental Compliance and Response Branch (ECRB). The estimated cost for this requirement is estimated to be $189,640.00 over a 1-year term, plus four Option Years. (4)An identification of the statutory authority permitting other than full and open competition. FAR 6.302-1 - Only One Responsible Source and no other agency supplies or services will satisfy agency needs. (5)A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. The order must be issued on a sole source basis in the interest of economy and efficiency because it is a logical follow on to an order already issued under the contract and all contractors were given a fair opportunity to be considered for the original order. The relationship between the initial order and the follow-on order is logical because this contractor developed a work product under the original contract that has become central to the legal and technical strategy of this project. The new task complements and elaborates on the original task, including continuation of work product development beyond that which was envisioned originally. By using this contractor, the government will avoid duplication of costs due to the inherent knowledge of the project by this contractor versus the cost of a new learning curve for a different contractor. Consequently, this contractor provides the government the opportunity to achieve greater cost effectiveness in completing the work products outlined in the new task order. In addition, CERCLA Section 109(e) reads, in full, "Notwithstanding any other provision of law, any executive agency may use competitive procedures or procedures other than competitive procedures to procure the services of experts for use in preparing or prosecuting a civil or criminal action under this chapter, whether or not the expert is expected to testify at trial. The executive agency need not provide any written justification for the use of procedures other than competitive procedures when procuring such expert services under this chapter and need not furnish for publication in the Commerce Business Daily or otherwise any notice of solicitation or synopsis with respect to such procurement." (6)A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies. N/A, Weston Solutions, Inc, is considered the only source for this Solicitation. (7)A determination by the contacting officer that the anticipated cost to the Government will be fair and reasonable. It is anticipated that the basis for determining fair and reasonable pricing will be to compare it to the independent government estimate and a comparison to similar services. (8)A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. Market Research has been done to determine that Weston Solutions is the only firm capable of completing this project, considering their past performance on previous similar type projects, which was accomplished under previous NPS contracts. (9)Any other facts supporting the use of other than full and open competition. N/A (10)A listing of the sources, if any that expressed, in writing, an interest in the acquisition. N/A (11)A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. N/A
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/A1200003833/listing.html)
- Place of Performance
- Address: National Park Service1201 Eye StreetNW Washington DC
- Zip Code: 200020001
- Zip Code: 200020001
- Record
- SN02858315-W 20120830/120829000055-746448ef89e810b7bb113cffab7d0b68 (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 |