Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 09, 2024 SAM #8383
SPECIAL NOTICE

S -- S--Janitorial/Custodial Services for RTP Campus

Notice Date
11/7/2024 11:07:40 AM
 
Notice Type
Justification
 
NAICS
561720 — Janitorial Services
 
Contracting Office
CINCINNATI ACQUISITION DIV (CAD) CINCINNATI OH 45268 USA
 
ZIP Code
45268
 
Solicitation Number
68HERC24C0045
 
Archive Date
12/08/2024
 
Point of Contact
Hingsbergen, Clare, Phone: 513-487-2503
 
E-Mail Address
hingsbergen.clare@epa.gov
(hingsbergen.clare@epa.gov)
 
Award Number
68HERC24C0045
 
Description
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (BRIDGE) In accordance with FAR Subpart 6.302-2 for Janitorial/Custodial Services for EPA Research Triangle Park Campus (Contract No. 68HERC24C0045) This document is being prepared pursuant to the content requirements prescribed in Federal Acquisition Regulation (FAR) Subpart FAR 6.303-2(b) and Environmental Protection Agency Acquisition Guide (EPAAG) Subsection 6.3.1 �Bridge Justification for Other Than Full and Open Competition (January 2018). Identification of the agency and contracting activity: U.S. Environmental Protection Agency (EPA), Office of Mission Support, Office of Acquisition Solutions (OAS), Cincinnati Acquisition Division (CAD) Nature and/or description of the action being approved: This is a bridge justification for other than full and open competition for a requirement for commercial custodial maintenance services to assist the Environmental Protection Agency (EPA) to support its facilities located in Research Triangle Park and Chapel Hill, North Carolina under Contract 68HERC24C0045. A description of the supplies or services required to meet the agency�s needs (including the estimated value): The contractor shall continue to provide custodial maintenance services, five days a week, Monday through Friday, and occasional weekend work as required, for three locations involving eight building locations to include the following types of space: office, cafeteria, classroom, computer room, fitness center, library, research lab, patient treatment area, utility, vending, washrooms, and an early learning center. Services will be both interior and exterior in nature. The period of performance is from October 1, 2024 � December 31, 2024. This is a three-month extension of the bridge which was in effect from April 1, 2024-September 30, 2024. An identification of the statutory authority and FAR provision permitting other than full and open competition: 41 U.S.C. �3304(a)(2); FAR 6.302-2 Unusual and compelling urgency A demonstration that the proposed contractor�s unique qualifications or the nature of the acquisition requires use of the authority cited: There cannot be a lapse in service with custodial services due to health and safety of the employees that perform their mission essential duties at the EPA RTP locations. The Government could face serious issues considering the safety of facilities if a contract is not in place to maintain custodial services at the RTP facilities. A bridge contract to the current contractor is the only feasible solution to ensure there is not a gap in service while the government implements corrective action in response to Government Accountability Office (GAO) protest B-422523 filed by DSTA, LLC. A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by subpart 5.2 and, if not, which exception under 5.202 applies: In accordance with FAR 5.202(a)(2), the proposed contract action is made under the conditions and authority at FAR 6.302-2, unusual and compelling urgency. The Government would be seriously injured if the agency complies with the time period specified at FAR 5.203, 15 days. As stated above, the agency requires custodial services beginning on October 1, 2024 to protect the health and safety of employees at EPA facilities. A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable: The current contractor�s pricing is based on an established Collective Bargaining Agreement. Therefore, this extension would be based on the current pricing for the services which were determined to be fair and reasonable at the time of award and shall remain in effect during the bridge contract. The current contract is a Firm-Fixed Price with nine CLINs for services. The bridge contract removes 3 of those CLINs which will not be necessary for the bridge period of performance (snow removal, composting, and emergency services). A description of the market research conducted (see part 10) and the results or a statement of the reason market research was not conducted: Market Research was not conducted due to the fact this is a bridge justification with an unusual and compelling nature. The current contractor is available to perform the required services. There were no other feasible options available to avoid a gap in service. Any other facts supporting the use of other than full and open competition: N/A A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. No sources expressed an interest in this requirement because an intent to sole source was not posted due to the unusual and compelling circumstances. See exception cited above. 3 A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. The acquisition process was delayed by a situation outside of the control of the government which necessitates the use of a bridge vehicle. The government awarded an initial bridge for one-month plus a one-month option, with an extension for an additional three-months with a one-month option, for a total of 6 months, see Attachment 1 and Attachment 2 for the previous JOFOCs. This action is for an additional three-months which extends the bridge to a total of nine-months. The government received protest B-422523 which was filed with the Government Accountability Office (GAO) by DSTA, LLC on April 15, 2024. After discussions with the technical evaluation panel and the office of general counsel, it is determined that the government will take corrective action, which will include a solicitation revision, receipt of revised proposals, and a revised evaluation of proposals and award determination. The initially awarded contract was terminated for convenience on May 15, 2024. The technical evaluation team prepared revised solicitation documents, and the revised solicitation was issued on September 04, 2024. Revised proposals are due October 04, 2024 and the technical evaluation team will meet promptly to evaluate proposals and develop a new award no later than December 31, 2024. A bridge through the end of December is necessary while the government completes this corrective action. The Contracting Officer certifies that this justification is accurate and complete to the best of her knowledge and belief.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/27e8bc727e8f4d528eddefea6fdd7b2a/view)
 
Record
SN07259506-F 20241109/241107230104 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.