SOLICITATION NOTICE
Z -- DNDO Facilities Maintenance - Justification & Approval (J&A)
- Notice Date
- 12/9/2014
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- 130-14
- Archive Date
- 12/24/2014
- Point of Contact
- James E. Abyad, Phone: 202-254-7093
- E-Mail Address
-
james.abyad@hq.dhs.gov
(james.abyad@hq.dhs.gov)
- Small Business Set-Aside
- N/A
- Award Number
- HSHQDC-14-C-00070
- Award Date
- 7/30/2014
- Description
- J&A This requirement provides support services and associated supplies to the Domestic Nuclear Detection Office (DNDO) for general building maintenance, cable riser service, preventative maintenance, and associated utility costs. In order to fulfill this requirement of the US Department of Homeland Security, the Office of Procurement Operations intends to enter into a contract with S.C. Herman & Associates, Inc. on a sole source basis pursuant to the authority of 41 U.S.C. 3304(d)(1) and pursuant to FAR 6.302-1. The contractor shall provide services within 24 hours of notification to the DNDO for minor repairs, installation of peripheral equipment, general building maintenance, building engineer services, and other services not included in the General Services Administration (GSA) lease agreement. The preventative maintenance services will also include preventative maintenance for the portion of the building automated control system (BACS) that supports the supplemental air conditioning units. The contractor shall provide additional utilities services to the area occupied by DHS DNDO. These utilities are to support supplemental air conditioning units that were requested by DHS DNDO. These units and the utilities required to support them are responsible for providing supplemental air to conference rooms, LAN rooms and SCIF (Secured Compartmented Information Facility) areas. The Occupancy Agreement (OA) between the DNDO and SC Herman covers some building services. However, as stated in the occupancy agreement, any services that are not covered must be provided through GSA Public Building Service (PBS) or the lessor on a reimbursable basis. Since the agreement states services may only be provided by GSA PBS or the lessor, DNDO is not free to solicit and/or procure building services under full and open competition. Even if the services were procured through an Interagency Agreement (IAA) to GSA PBS, their (GSA) lease agreement states that GSA still has to go to SC Herman for the services. Based on the Economy Act, the Contracting Officer has to make a determination and findings that the services cannot be obtained as conveniently or economically by contracting directly with a private source, hence this determination cannot be made. There is no convenience of using an IAA instead of a BPA since both instruments require similar administrative processing efforts. With respect to economics, GSA would obtain the same pricing from SC Herman as DNDO would if DNDO sought the services directly from SC Herman. Additionally, DNDO would have to pay GSA an administrative handling fee to obtain services on behalf of DNDO. Determination by the Government whether to compete this requirement is within the discretion of the Government. The anticipated period of performance will be August 4, 2014, through August 3, 2018. Place of performance shall be at DHS offices located in the greater Washington DC metropolitan area.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/130-14/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN03591025-W 20141211/141209234504-261e525661875d7489546d47e0e516f4 (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 |