SPECIAL NOTICE
J -- Vindicator Maintenance Bridge contract
- Notice Date
- 3/31/2010
- Notice Type
- Special Notice
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
- ZIP Code
- 83648-5258
- Solicitation Number
- F3F3SF0082A001
- Archive Date
- 4/2/2010
- Point of Contact
- Daniel T. Morphew, Phone: 2088283119
- E-Mail Address
-
daniel.morphew@mountainhome.af.mil
(daniel.morphew@mountainhome.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION I. Identification of Agency and Contracting Activity: A. Agency: 366 SFS/S4R, Mountain Home AFB ID B. Contracting Activity: 366 CONS/LGCA2, Mountain Home AFB ID II. Nature and/or Description of the Action Being Approved: The proposed contracting action discussed in this justification is to create a new purchase order with the current contractor for Vindicator Alarm Maintenance for a period of 2 months. A. The proposed purchase order would take effect upon the expiration of the current purchase order, which expires 31 Mar 10. The new purchase order will be for the 2-month period of 1 April 10-31 May 10. B. Current Contract Particulars: 1. Contract Number: FA4897-09-M-8002 2. Description: Vindicator Alarm Maintenance at Mountain Home AFB ID 3. Contract Type: Firm-fixed price 4. Period of Performance: 1 October 2008-31 March 2010 5. Contract Value: Total estimated value $234,655.00 III. Description of Services Required to Meet the Agency's Needs: The proposed purchase order would provide all necessary labor, supervision, equipment, supplies, and materials to support the Vindicator Alarm Maintenance required on Mountain Home Air Force Base (AFB). The contractor shall repair and maintain all Vindicator Alarm Maintenance, must have and produce for verification, Vindicator Intrusion Detections System, Vindicator Command and Control System, and Vindicator Access Control Systems, installation and maintenance certification. The government's requirements have not changed from those on the current contract. The contractor has informally indicated they will agree to provide the same prices currently being used on Purchase Order FA4897-09-M-8002 for this acquisition; therefore, the estimated value of the proposed purchase order is $33,952.84. IV. Statutory Authority Permitting Other than Full and Open Competition: FAR 13.106-1(b), Soliciting from a Single Source V. Demonstration that the Proposed Contractor's Unique Qualifications or the Nature of the Acquisition Requires Use of the Authority Cited: A. The current contractor, Integrated System Specialist, Inc. (ISS), a small business, has held the contract since 1 Oct 08 and has all of the parts, materials, equipment, and licenses to continue performing the contract. The original contract, FA4897-09-M-8002, was awarded and prices were determined to be fair and reasonable based on competition. ISS has indicated they will agree to a new 2-month purchase order at the current price. ISS's performance has been excellent since the contract began, resulting in the security needs of the base to be met. 1. Experience has shown that it takes several months for a new Vindicator Alarm Maintenance contractor to transition into a new contract, obtaining all of the resources, licenses, and base-specific knowledge it takes to provide consistently smooth, quality service. If another source could be found that would be willing to accept the contract for 2 months, the security of the base would certainly suffer due to the learning curve a new contractor would face on such a complex contract and the potential delay in obtaining all necessary resources and licenses to perform the contract. 2. By the time a new contractor completed the transition, a 2-month contract would nearly be completed. In this day of continuous and lengthy deployments of our military members, it is of utmost importance to provide them with good, consistent, uninterrupted service to the extent possible. B. Even if an additional source could be found, the contract price would certainly be much higher than the estimated cost of the purchase order in order for a new contractor to recover all of its costs for providing the necessary parts, materials, equipment, licenses, etc, in the 2-month contract period. VI. Description of Efforts Made to Ensure Offers are Solicited: A notice will be published on Fed Biz Ops stating the government's intention to issue a sole source purchase order for a 2-month purchase order. VII. Determination by Contracting Officer that the Anticipated Cost will be Fair and Reasonable: The solicitation for the last competed contract resulted in receipt of two proposals. ISS, whose price was determined fair and reasonable based on competition, was chosen as the successful offeror. There have been no increases in contract price since the contract started. Since the contractor has informally proposed the same prices for a new 2-month contract until the new 5-year contract is awarded, the anticipated cost of the proposed purchase order will be fair and reasonable. VIII. Description of Market Research Conducted and Results: A notice for the previous purchase order was published on Fed Biz Ops stating the government's intention to issue a sole source purchase order for 2 months. There were no inquiries to the sole source notification IX. Other Facts Supporting the Use of Other Than Full and Open Competition: Writing a new purchase order to the current Vindicator Alarm Maintenance contractor for 2 months would be most advantageous to the government because of the cost savings. A 2-month purchase order with the current contractor will save the government the startup costs a new contractor would include during this phase in period. If a new contractor was awarded this 2 month purchase order they would most certainly build all of their costs into this period, resulting in an unreasonably high contract price, where the current contractor has already incurred these costs. Therefore, ISS is the only source that could provide the require services at a reasonable price for the 2-month period between the current contract expiration date and the issuance of the new 5- year contract. X. List of Sources that have Expressed Written Interest in the Acquisition: No sources have expressed written interest in performing the Vindicator Alarm Maintenance contract for only 2 months. XI. Action to Remove or Overcome Barriers to Competition for Subsequent Acquisition: If approval is granted to award a 2 month purchase order to the current contractor, there would be no need to remove or overcome any barriers to competition. XII. Technical Certification/Personnel Certification: I certify the information contained in this justification is accurate and complete. ____//SIGNED//____________________________ JEFFERY A. WATERS, Civ Resource Advisor XIII. Contracting Officer's Certification: The contracting officer's signature below represents a certification the justification is accurate and complete to the best of the contracting officer's knowledge and belief. _____//SIGNED//___________________________ CYNTHIA A. TORTOLANO Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/F3F3SF0082A001/listing.html)
- Place of Performance
- Address: Mountain Home AFB, ID 83648, Mountain Home AFB, Idaho, 83648, United States
- Zip Code: 83648
- Zip Code: 83648
- Record
- SN02108878-W 20100402/100401000013-a1537f7200955e9dc7bfa6d7fe4172bc (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 |