Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2018 FBO #5978
SPECIAL NOTICE

C -- Notice of Intent to Sole Source

Notice Date
4/4/2018
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Far East, Unit 15546, Attn:CEPOF-CT, Seoul, 96205-0610, Korea, South
 
ZIP Code
00000
 
Solicitation Number
W912UM-15-D-0021-0009
 
Point of Contact
Brady L Hales, Phone: 3157217289, Son-Ok So, Phone: 3157217086
 
E-Mail Address
brady.l.hales@usace.army.mil, sonok.so3.ln@mail.mil
(brady.l.hales@usace.army.mil, sonok.so3.ln@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a special notice prepared in accordance with Federal Acquisition Regulation (FAR) 5.2 "Synopses of Proposed Contract Actions." The U.S. Army Corps of Engineers (USACE), Far East District (POF) intends to negotiate/award a sole-source firm-fixed price modification to contract W912UM-15-D-0021-0009 with AMKOR A&E Inc. (CAGE: 50Y27). The services include engineering and designing a temporary taxiway during construction and providing the construction contractor a sequence of work to always maintain an aircraft taxiway through the work limits throughout the construction period. The design work is to be performed for Project CY17 ROKFC In-Kind, Construct F-16 Quick-turn Pad, Osan AB, South Korea. The statutory authority for this non-competitive acquisition is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only one responsible source and no other supplies or services will satisfy agency requirements, it is likely that award to any other source would result in substantial duplication of cost to the Government that would not be recovered through competition and would result in unacceptable delays in fulfilling the Government's requirements. Contract W912UM-15-D-0021-0009 was awarded to AMKOR, Inc. on 6 January 2016 for the design of an F-16 Quick Turn Pad including blast walls. The work under this task order has been substantially completed, although the contract has not been closed out. However, the operations group realized that they could not complete their mission if this taxiway was down for an extended period of time. They require access to the runway to complete their missions. The work under the proposed modification are additional design services from the A-E to design a temporary taxiway for use during construction to support continuous AF mission/sortie operations. Because AMKOR A&E has already performed the majority of the services related to the design, using the same architect engineer contractor's services for the design of this project will avoid duplication in cost. If we were to compete this requirement to a different firm, the Government would require the incoming A-E firm to assume responsibility for the entire design due to the additional requirement of contractor sequencing and associated delay since the new A-E firm will need to study the existing design. In order for this work to progress, the contractor must build the eastern pad but not install blast wall anchors and construct the tie-ins back to the taxiways including lighting. The construction contractor must then construct the western portion of the quick turn pad including blast walls and resurfacing the permanent taxiway. Once this work is done, then the traffic is moved to the permanent taxiway and the contractor can install anchors and blast walls and remove the tie-ins. Selection of another A-E for this modification would increase FED's costs of obtaining the desired design services, since other A-E firms would need to perform greater effort to evaluate and validate the existing AMKOR design and prepare their input towards the design of this modification. Moreover, selecting another A-E would result in a scenario with two different designers of record for inter-related projects. Using competitive selection procedures would also be unacceptable because such a selection would take an estimated four months just to advertise, negotiate and award, significantly impacting operational capability of the Fighter Wing. This delay would reduce the capability of the Fighter Wing to respond to mission requirements for this 4 month period. By comparison, negotiation and execution of the work under the projected modification to W912UM-15-D-0021-0009 is expected to take 1.5 months. Use of competitive (i.e., Brooks Act - FAR 36.6) procedures for the desired A-E design services for this modification will not result in any cost savings to the Government, and will likely cost it more in terms of money and time. A Brooks Act competition which by law must consider only qualifications of the A-E competitors and not price cannot be expected to "recover" any increased costs of this duplicative design validation work. A SOLICITATION WILL NOT BE POSTED. The Government intends to proceed with this sole source action. The NAICS code is 541310, Architectural Services. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR QUOTATIONS. All responsible sources may submit a capability statement, proposal, or quote to the contracting officer before the notice end date. If no affirmative written responses are received by 4:00 PM local time on 5 May 2018, an award will be made without further notice. Oral communications are not acceptable in response to this notice. A determination by the Government not to compete this proposed requirement is solely within the discretion of the Government. Electronic responses and questions shall be submitted via email to SonOk.So@usace.army.mil. USACE is not responsible for any costs incurred by responding to this notice. Contracting Office Address U.S. Army Corps of Engineers Far East District Unit 15546 APO, AP 96205-5546 Contract Specialist Ms. So, Son-Ok SonOk.So@usace.army.mil Contracting Officer Brady Hales brady.l.hales@usace.army.mil Primary Point of Contact.: Brady L Hales brady.l.hales@usace.army.mil Phone: 3157217289 Contracting Office Address: Unit 15546, Attn:CEPOF-CT Seoul, 96205-0610 Korea, South
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA81/W912UM-15-D-0021-0009 /listing.html)
 
Record
SN04877445-W 20180406/180404230837-1681a8d4b02e415228b15393e54618fe (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.