SOLICITATION NOTICE
R -- Indefinite Delivery Indefinite Quantity A/E Services
- Notice Date
- 2/26/2014
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Archive Date
- 3/26/2014
- Point of Contact
- Judith H. Parnell, Phone: 817-978-3849, Camille D. Lev, Phone: 8179780439
- E-Mail Address
-
judy.parnell@gsa.gov, camille.lev@gsa.gov
(judy.parnell@gsa.gov, camille.lev@gsa.gov)
- Small Business Set-Aside
- N/A
- Award Number
- GS07P09HHD0024
- Award Date
- 3/18/2009
- Description
- JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION General Services Administration Public Buildings Service Extend Period of Performance for 2 A/E IDIQ Contracts 1. Identification and description of action being approved. This justification for use of other than full and open competition authorizes the modification of two A/E Indefinite Delivery Indefinite Quantity Construction contracts. The two contracts cover Zone 2, geographical area of Texas, Arkansas, Louisiana, and New Mexico. The modifications would be to extend the two contracts for six months at no increase in the established rates of the existing contracts which are scheduled to expire March 31, 2014 (Richter Architects) and April 12, 2014 (THA Architecture). The original contracts did not include the clause at FAR 52.217-9 Option to Extend the Term of the Contract which would have allowed the Government to extend the contract periods unilaterally. 2. Description of services required. 12 A/E IDIQ contracts were awarded in April - July 2009 period. These contracts are in their IV Option period and will expire in the April - July 2014 period. The contracts have a maximum ordering limitation of $12 million per year. GSA, PBS Acquisition Division is in the process of reprocuring the services, but will not have contracts in place when these contracts expire. GSA PBS has known needs for A/E Services which need to be placed with the two contractors noted herein: Richter Architects GS-07P-09-HH-D-0024 (2 projects) THA Architecture.GS-07P-09-HH-D-0026 (1 project) Justifications have been prepared for exceptions to the fair opportunity for these procurements. The justifications support the exception to fair opportunity on the basis of interest of economy and efficiency because these projects are logical follow-on to designs previously awarded to these firms under IDIQ contracts. Had the clause at 52.217-9 Option to Extend the Term of the Contract been included in the IDIQ contracts, the contracts could have been extended unilaterally. Because the clause was not included, this justification is required. 3. Identification of statutory authority. FAR 6.302-1: Only one responsible source and no other supplies or services will satisfy agency requirements. 4. Demonstration that the acquisition requires use of the authority cited. Substantial duplication of cost to the Government that is not expected to be recovered through competition; It is imperative that firms familiar with the previous designs and projects be used for reconciliation of the previous design and adaptation for the follow-on designs. To not issue this work sole sourced to the original A/E in each project would result in sustantial loss of time, redundancy and duplication of effort, including time to become acquainted with the project and other associated work that represents a large investment. 5. Description of efforts to obtain as many offers as practicable. N/A 6. Determination that the anticipated cost will be fair and reasonable. The IDIQ base contracts have already been negotiated and the rates have been determined to be fair and reasonable. Any Other Direct Costs (ODCs) and labor efforts will be evaluated for The prices, including the option period prices, were determined to be fair and reasonable at the time of award for those firms awarded contracts based on a sample project. The task orders will be negotiated based on level of effort and the anticipated cost will be fair and reasonable. All task orders issued under the multiple awards will be evaluated in accordance with FAR 15.5. 7. Description of the market survey conducted. N/A 8. Other facts supporting the use of other than full and open competition. N/A List of sources that expressed an interest in the acquisition. N/A. Statement of actions to overcome barriers to competition. This is such an unusual occurrence and it is not anticipated that a similar situation will occur. Responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d7663e72169127cb140ce7e3d67c78a9)
- Place of Performance
- Address: multiple locations, multiple cities and states, United States
- Record
- SN03297417-W 20140228/140226234630-d7663e72169127cb140ce7e3d67c78a9 (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 |