AWARD
R -- Mod P00007 to Contract - Extend Services
- Notice Date
- 7/8/2010
- Notice Type
- Award Notice
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Archive Date
- 7/15/2010
- Point of Contact
- Rebecca J. Pastorella, Phone: 2022542272, ,
- E-Mail Address
-
rebecca.pastorella@dhs.gov,
(rebecca.pastorella@dhs.gov, /div)
- Small Business Set-Aside
- N/A
- Award Number
- HSHQPD-09-C-00006-P00007
- Award Date
- 6/30/2010
- Awardee
- WORLD TECHNICAL SERVICES, INC, 6303 iVY lANE sUITE 130<br />, GREENBELT, Maryland 20770, United States
- Award Amount
- $23,557,722.23
- Description
- Award of Modification P00007 to contract HSHQPD-09-C-00006 to extend period of performance. Redacted J&A is as follows: JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION Pursuant to the requirements of the Competition in Contracting Act (CICA) as implemented by FAR 6.3 and in accordance with the requirements of FAR 6.303-1, the justification for the use of the statutory authority under FAR 6.3 is justified by the following facts and rationale required under FAR 6.302-1 as follows: (1) Agency and contracting activity. The United States Department of Homeland Security (DHS) Office of Procurement Operations (OPO) proposed to modify an existing contract on a basis other than full and open competition. (2) Nature and/or description of the action being approved. The DHS Office of Science and Technology, Labs and Research Division has a requirement on a sole source basis to obtain continuous facilities operations and maintenance (O&M) support services at an estimated cost of $20,644,335 million. The estimated cost reflects a nine-month base period from Jul 1, 2010 to Mar 31, 2011, with three one-month options for the time period from April 1, 2011 to June 30, 2011 as a transition period (if necessary). The modification will be issued to the incumbent contractor: World Technology Services Incorporated (WTSI) 6303 Ivy Lane Suite 130 Greenbelt, MD 20770-1479 DUNS Number: 194163481 (3) Description of supplies/services The services to be acquired under the proposed modification are non-personal, O&M services, at Plum Island Animal Disease Center (PIADC) including the facilities at Orient Point, New York. The letter contract was awarded on 30 Jun 2009, to Field Support Services, Inc. (FSSI). On 23 Sep 09, a modification was issued to Recognize the Contractor's Legal Change of Name from FSSI to World Technical Services, Inc. (WTSI). Estimated total value of this Cost-Plus-Award Fee (CPAF) modification is based on the Contract Line Item Number (CLIN) structure below. The O&M services include among others; facility and equipment operations and maintenances, water (ferry) and land (motor vehicle) transportation services, building and grounds maintenance, emergency back-up electric power, fire and rescue services, providing potable water, biological decontamination and waste operations, and operating a cafeteria. CLIN Description Period of Performance Estimated Costs 0001A O&M Services for Nine Months 07/01/2010 to 03/31/2011 <> 0001B Base Fee for Nine Months 07/01/2010 to 03/31/2011 <> 0001C Award Fee Nine Months 07/01/2010 to 03/31/2011 <> 0002A First One Month Option Period* 04/01/2011 to 04/30/11 <> 0002B Base Fee for First Option Period* 04/01/2011 to 04/30/11 <> 0002C Award Fee for First Option Period* 04/01/2011 to 04/30/11 <> 0003A Second One Month Option Period* 05/01/2011 to 05/31/2011 <> 0003B Base Fee for Second Option Period* 05/01/2011 to 05/31/2011 <> 0003C Award Fee for Second Option Period* 05/01/2011 to 05/31/2011 <> 0004A Third One Month Option Period* 06/01/2011 to 06/30/2011 <> 0004B Base Fee for Third Option Period* 06/01/2011 to 06/30/2011 <> 0004C Award Fee for Third Option Period* 06/01/2011 to 06/30/2011 <> Total <> *If necessary The total estimated cost (including the base fee, but not award fee) for the nine-month base period is $<>and for the three (3) one-month option/transition periods (including base fee, but not award fee) is $<>. The total estimated CPAF modification value, including the estimated award fee, over the entire twelve (12)-month period, if implemented as such, is $<> (4) Identification of statutory authority permitting other than full and open competition The statutory authority permitting other than full and open competition is 41 U.S.C. 253(c) (1) and FAR 6.302-1 "Only one responsible source and no other supplies or services will satisfy agency requirements." (5) Demonstration that the nature of the acquisition requires use of the authority cited. WTSI has supported the PIADC from December 8, 2003, through the present. Contract HSHQPD-06-C-00001 expired on 30 Jun 2009. The current contract HSHQPD-09-C-00006 was issued with WTSI as a bridge contract to allow sufficient time for the Government to re-complete the services (See J&A 126-09). The contract currently expires on 30 Jun 2010. A draft RFP was issued during the Feb 2010 timeframe that resulted in a significant amount of industry questions and comments. It is taking the Government longer than originally anticipated to complete the final statement of work and source selection plan. This contract extension will allow the Government sufficient time to complete the competition for on-going O&M Support Services (to be awarded to a SBA 8(a) registered company). It is anticipated that the Government requires at least an additional nine months to complete the solicitation, evaluation, award and transition phases. WTSI is the only source that can perform the required effort at this time without unacceptable delay and serious mission impairment to the operations and maintenance of PIADC. If this contract is allowed to expire, the critical nature of the PIADC research with its dependence on the work of this contract could effectively shut down the island. Any impairment to the PIADC mission would present an unacceptable risk to DHS S&T PIADC and could compromise the nation's readiness and capabilities to effectively respond to a foreign animal disease outbreak. WTSI possesses the immediate capacity and comprehensive understanding of the required support. Although other firms exist with the potential to support this requirement, these companies could not provide the required level of support without significant preparatory activities, include obtaining required DHS suitability determination for contractor employees. WTSI provides over 110 cleared contractor employees under the current contract. The suitability process for this number of contractor employees is estimated at several months, which would limit a vendor other than WTSI from being able to provide services for the performance period. WTSI is the only contractor capable of providing uninterrupted services to the Government on July 1, 2010, for the nine-month base period and if necessary, up to a three (3) one-month options, until the new competitive contract is awarded. (6) Description of efforts made to ensure that offers are solicited from as many potential sources as is practicable. As required by FAR Subpart 5.2, Synopses of Proposed Contract Actions, a FedBizOpps notice will be posted announcing the Government's intent to issue a sole source modification to WTSI. The Government Contracting Officer will consider any responses received to this posting. (7) Determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. The Contracting Officer determines that the anticipated reimbursable costs will be fair and reasonable based on historical cost data, a review of prevailing wages for New York's Suffolk County through Service Contract Act data, on-going analysis of current prices and costs, and through negotiations. (8) Description of market research. Market research was not conducted for this modification because WTSI is the only source with the expertise and cleared personnel to perform this work, and to provide continuity of services starting on July 1, 2010. (9) Any other facts supporting the use of other than full and open competition. None. (10) A listing of sources, if any, that expressed, in writing, an interest in the acquisition. A notice will be posted announcing the Government's intent to issue a sole source modification to WTSI. The Contracting Officer will consider any responses received to this posting. (11) A statement of the actions, if any, DHS may take to remove or overcome any barriers to competition before any subsequent acquisition for required supplies or services. DHS is in the process of procuring the O&M services at PIADC, as an 8(a) Competitive Small Business Set-aside. This extension is necessary to effectively complete the competition. (12) Contracting Officer's Certification I,< >, as the Contracting Officer, certify that the data supporting the recommended use of other than full and open competition is accurate and complete to the best of my knowledge and belief. _____________________________________ _________________ <>, Contracting Officer Date (13) Technical/Requirements Personnel Certification I, <> as the Contracting Officer's Technical Representative (COTR), certify this requirement meets the Government's minimum need and that the supporting data, which forms a basis for this justification, is complete and accurate. _____________________________________ _________________ < > COTR Date APPROVAL: _____________________________________ _________________ Over $11.5 mil but not exceeding $57 mil Date <>, Head of Contracting Activity
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/Awards/HSHQPD-09-C-00006-P00007.html)
- Record
- SN02200090-W 20100710/100708235546-15ed508c938d3ae39d2817081b778de4 (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 |