SPECIAL NOTICE
99 -- Recovery Act AwardContract Number 101815C417
- Notice Date
- 8/6/2009
- Notice Type
- Special Notice
- Contracting Office
- Department of the Interior, Fish and Wildlife Service, CGS-WO, Division of Contracting and General Services U.S. Fish & Wildlife Service911 NE 11th Avenue Portland OR 97232
- ZIP Code
- 97232
- Archive Date
- 8/6/2010
- Point of Contact
- <br />
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY - THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO Chugach Industries of Anchorage, AK under THE USFWS REGION 1 Base Operations Support Services Contract 101815C417. This is not a solicitation. The USFWS Region 1 Midway Atoll NWR has a requirement to complete energy renovation on Officer Row Housing. It is the intent of the Government to modify contract 101815C417. This contract was previously awarded with a line item allowing additional work to be completed within the scope of work outlined for facilities and other contract line items. Chugach Industries Contract was previously solicitied competively with the use of best value source selection procedures. PROJECT INFORMATION: The work principally entails energy renovation of the Officer Row Housing on Midway Atoll National Wildlife Refuge.Contract No. 101815C417FFS Project Number. R1GB and R1GGTAS 14 09 101610Award Amount: $2,284,000Award Date: 07/27/2009 JUSTIFICATION AND APPROVALTO PROCURE USING OTHER THAN FULL AND OPEN COMPETITIONPR R1252090136 1. AGENCY AND CONTRACTING ACTIVITY (FAR 6.303-2(a)1)). United States Fish and Wildlife Service, Contracting and General Services Division, 911 NE 11th Ave, Portland, Oregon, 97232 2. NATURE/DESCRIPTION OF ACTION(s) (FAR 6.303-2(a)2)). The U.S. Fish and Wildlife Service, Midway Atoll National Wildlife Refuge, 300 Ala Moana Suite 5-231, Honolulu, HI 96850, requires green energy facility renovations to be purchased for the Historic Officer Quarters which will enable the Service to meet our historic preservation and energy efficiency goals while at the same time providing quality housing to Midway residents. We are proposing that this work be accomplished as a modification to the existing Base Operations Support Services Contract for the reasons outlined below. 3. DESCRIPTION OF THE SUPPLIES/SERVICES (FAR 6.303-2(a)(3)). [MAY USE A TABLE AND LIST THE LINE ITEMS THESE LINE ITEMS SHOULD MATCH THOSE ON THE PR] Nomenclature Contractor Asbestos Removal Chugach IndustriesRepair/Replace RoofingChugach IndustriesInsulate Exterior WallsChugach IndustriesUpgrade Electrical Chugach IndustriesUpgrade Plumbing Chugach IndustriesNew HVAC Chugach IndustriesNew Bathroom Chugach IndustriesNew Windows Chugach IndustriesNew Doors Chugach IndustriesSheetrock Chugach IndustriesFloors & Tile Chugach IndustriesCabinets & Sinks Chugach IndustriesReplace Fireplace Chugach IndustriesFire Suppression Chugach IndustriesThe estimated value of this acquisition is $2,284,000.00 4. IDENTIFICATION OF STATUTORY AUTHORITY (FAR 6.303-2(a)4))). The statutory authority that will be used is 10 U.S.C. 2304(c)1) - Only one responsible source and no other supplier or services will satisfy the agency requirements as outlined. [6.302-1 IS CITED FOR FOLLOW-ON ACQISITION] 5. DEMONSTRATION OF CONTRACTOR'S UNIQUE QUALIFICATIONS (FAR 6.303-2(a) (5)). This requirement is for sole source procurement with Chugach Industries Inc., 1082 Makepono Street, Honolulu, HI, 96819, and is requested because Chugach Industries is currently the Base Operations and Support Contractor for Midway Atoll NWR. Any other contractor would have to mobilize teams to Midway where space is limited and the mobilization to this isolated Refuge would dramatically increase the cost of the project beyond what the FWS can afford. The limited warehouse/logistics space on Midway is currently jointly managed by Chugach Industries. Bringing in an additional contractor would require us to replicate already funded positions (logistic lead, supply specialist, forklift operator, administrative, etc.), and would require additional replication at the managerial level (project lead, etc.). Midway does not have the housing, dining, and office space available to support such unnecessarily and redundant positions. 6. FEDERAL BUSINESS OPPORTUNITIES AND ELECTRONIC COMMERCE FOR POTENTIAL SOURCES (FAR 6.303-2(a)6)). Publication is not required under exceptions to full and open competition under FAR 6.302-1[OTHER EXCEPTIONS FAR 5.202] However, the contracting officer may determine to publish or synopsize as required for this dollar threshold. A notice of intent will be posted on FBO announcing this ARRA project and the intent to award as a modification to Chugach Industries, the current contractor on Midway. 7. DETERMINATION OF FAIR AND REASONABLE COST (FAR 6.303-2(a)(7)). The lack of another BOSS contractor, refuge staff experience in dealing with other transport issues, and regular analysis by FWS and FAA, combine to show that Chugach Industries Inc. prices are fair and reasonable. Chugach constantly works to lower cost, providing the USFWS with multiple quotes from different companies on material purchases. The profit and overhead charged by Chugach is much lower than other companies who have done work on Midway. For this over and above, Chugach has contacted three vendors and will be orderting from the vendor that provided the lowest overall quote. Price Fair and Reasonableness for materials is based off of competition. 8. ANY OTHER SUPPORTING FACTS (FAR 6.303-2(a)(9)). Based on the current BOSS contract salary levels, the cost of the required duplicate positions (Administrator, Logistic Lead, 2 Supply Specialist) would exceed $200,000. This cost would likely be much higher since it is extremely unlikely an outside company could complete the required work with only 4 employees. 9. LISTING OF INTERESTED SOURCES (FAR 6.303-2(a)(10). N/A 10. ACTIONS, TAKEN TO REMOVE BARRIER TO COMPETITION (FAR 6.303-2(a)(11)). The Chugach BOSS contract is going to expire Sept 2010. A new RFP will be issued sometime in FY 2010 to solicit for a new BOSS contract for up to the next 5 years. This Modification is a one time requirement under the ARRA projects. The cost breakdown for over and aboves is normally established at the beginning of each fiscal year.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cd333709bca9303d8ae396d115a381d1)
- Record
- SN01902571-W 20090808/090807001215-cd333709bca9303d8ae396d115a381d1 (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 |