Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2018 FBO #6070
SOLICITATION NOTICE

Y -- B4840 Building and Mechanical System Upgrades and Modifications

Notice Date
7/5/2018
 
Notice Type
Justification and Approval (J&A)
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Mail Stop 4811-140, Edwards, California, 93523-0273, United States
 
ZIP Code
93523-0273
 
Solicitation Number
80AFRC184848R
 
Point of Contact
Jim E. Kitahara, Phone: (661) 276-5355
 
E-Mail Address
james.e.kitahara@nasa.gov
(james.e.kitahara@nasa.gov)
 
Small Business Set-Aside
N/A
 
Award Number
NND16FF01C
 
Award Date
6/1/2016
 
Description
NASA/AFRC has a requirement for the procurement and installation of various B4840 Building and Mechanical System Upgrades and Modifications. The specific requirement is in support of the current Repair Research Aircraft Integration Facility (RAIF) Mechanicals Systems Project. NASA/AFRC intends to purchase the items directly from Sea Pac Engineering, Inc., 3325 Wilshire Blvd., Suite 305, Los Angeles, CA 90010-1719. The services are to be provided by Sea Pac Engineering, Inc. are in accordance with general terms and conditions of contract NND16FF01C. Justification for Other than Full and Open Competition. Authority for the requirement is 10 USC 2304(c)(1) and FAR 6.302-1 (a) (2) (ii) - Only one responsible source. Justification is based upon the following facts: Sea Pac Engineering, Inc., personnel have hands-on experience and are presently performing upgrades and demolition of similar system(s) in the same facility under Contract No. NND16FF01C. To solicit and award a new contract to support this requirement would lead to a substantial duplication of cost to the Government that is not expected to be recovered through competition and will lead to unacceptable delays in fulfilling the agency's requirements. Awarding a new contract to support this requirement, could also lead to multiple contractors performing similar tasks within the same location. Contractor performance will be interrupted due to interference between multiple co-located contractors leading to additional cost impacts to the Government and would result in diminished efficiencies in executing their respective work. In addition, there could be negative impacts associated with the final commissioning and acceptance of the current mechanical system upgrades being performed by Sea Pac Engineering. Note: The subject services were originally included under competitive Invitation for Bid (IFB) No. NND16568486E (as additives); the competitive IFB resulted in the award of Contract No. NND16FF01C to Sea Pac Engineering, Inc. The additives, because they were not incorporated at the time contract award (due to budgetary constraints) are therefore considered to be beyond the scope of the original contract award. The Government, after review and analysis has determined that the best course of action will be to negotiate and execute these "previously non-awarded additives" directly with the successful bidder of the original IFB. Review of the original bid documents indicates that if additional financial budget was available at the time of award, that Sea Pac Engineering would have remained the successful bidder. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 12:00 p.m. local time on July 20, 2018. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/80AFRC184848R/listing.html)
 
Place of Performance
Address: NASA Armstrong Flight Research Center (NASA AFRC), Edwards, California, 93523, United States
Zip Code: 93523
 
Record
SN04980400-W 20180707/180705230528-d540d3cbbd8c93a5617ac9c69f403912 (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.