Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2016 FBO #5389
SOLICITATION NOTICE

C -- AE Design Services for Seismic Retrofit and Rehabilitate Guest Room Wing of Mammoth Hotel, Yellowstone NP

Notice Date
8/23/2016
 
Notice Type
Fair Opportunity / Limited Sources Justification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Interior, National Park Service, DSC-CS-Contracting Services Group, 12795 West Alameda Parkway, Lakewood, Colorado, 80228, United States
 
ZIP Code
80228
 
Solicitation Number
P16PD02127
 
Archive Date
9/22/2016
 
Point of Contact
John Chaney, Phone: (303) 969-2053, Sharon Miner, Phone: (303) 969-2562
 
E-Mail Address
John_Chaney@nps.gov, sharon_miner@nps.gov
(John_Chaney@nps.gov, sharon_miner@nps.gov)
 
Small Business Set-Aside
N/A
 
Award Number
P14PC00007
 
Award Date
8/23/2016
 
Description
JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY Date: 27 July 2016 Park: Yellowstone National Park (YELL) PMIS: 205796 Project Title: Seismic Retrofit and Rehabilitate Guest Room Wing of Mammoth Hotel Project Manager (PM): Peter Gallindo Contract Specialist (CS): Sharon Miner Contracting Officer (CO): John Chaney Proposed Contractor (Ktr): A&E Architects Proposed IDIQ Contract #: P14PC00007 1) Agency: Department of the Interior (DOI), National Park Service (NPS) Contracting Activity: Denver Service Center (DSC), Contracting Services 2) Description of the action being approved: The NPS is proposing to select a single IDIQ contract multiple-awardee for negotiation and award of a task order without providing a fair opportunity to the other IDIQ contract multiple-awardees. The NPS is seeking approval for this action in accordance with Federal Acquisition Regulation (FAR) Subpart 16.505(b)(2). 3) Description of the supplies or services required to meet the agency's needs (including the estimated value): Architectural and Engineering (AE) Services: The contractor shall provide design services for predesign and schematic design documents associated with the rehabilitation of the Mammoth Hotel at Yellowstone National Park. Estimate Value: Because this justification will be posted on the Government's point of entry after award the Government's estimate is not noted on this document but is available to the approving officials noted below. 4) Identification of the exception to fair opportunity (see 16.505(b)(2)), and Authority for exception to the fair opportunity requirement is provided by FAR Subpart 16.505(b)(2)(i)(B): "Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized." 5) The supporting rationale, including a demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the exception cited. (If the logical follow-on exception is used, the rationale shall describe why the relationship between the initial order and the follow-on is logical (e.g., in terms of scope, period of performance, or value). The government is seeking architect and engineering design services for phase 2 rehabilitation of the Mammoth Hotel. Because the Mammoth Hotel is listed on the National Historic Register a very high level of quality is required for the needed design services. In order to obtain the required level of quality the contractor must have detailed knowledge regarding the historic fabric of the existing facility. A&E Architects has previously been awarded and completed multiple task orders for the phase 1 rehabilitation of the Mammoth Hotel. By completing the phase 1 task orders A&E Architects has obtained unique knowledge regarding the existing facility and the proposed phase 2 design. A&E Architects is the only current IDIQ multiple awardee that processes the required knowledge of the Mammoth Hotel's historic fabric. Thus, A&E Architects is the only multiple awardee that is capable of providing the required services at the level of quality required. 6) A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. The task order (TO) will be priced on a firm-fixed price basis. The TO price will be determined by negotiating the needed level of effort which will be priced using the labor rates included in the base IDIQ contract. 7) Any other facts supporting the justification: None. 8) A statement of the actions, if any, the agency may take to remove or overcome any barriers that led to this exception to fair opportunity before any subsequent acquisition for the supplies or services is made: For new projects the NPS does and will continue to typically provide a fair opportunity to the multiple-awardees for initial task orders for AE services when the services are obtained through multiple award IDIQ contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/P16PD02127/listing.html)
 
Place of Performance
Address: Yellowstone National Park, Mammoth Hot Springs, Wyoming, 82190, United States
Zip Code: 82190
 
Record
SN04236232-W 20160825/160823234724-745c96dcbe9f91a3c270776817d5985b (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.