SPECIAL NOTICE
99 -- Hodgdon Meadow Wastewater Improvements Design-Build Project, Yosemite National Park.
- Notice Date
- 7/15/2011
- Notice Type
- Special Notice
- Contracting Office
- PWR - PWRO Pacific West Regional Office-Seattle 909 First Avenue Seattle WA 98104
- ZIP Code
- 98104
- Archive Date
- 7/14/2012
- 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
- NOTICE: THIS ANNOUNCEMENT IS FOR INFORMATION PURPOSES ONLY, PURSUANT TO THE REQUIREMENTS CONTAINED IN FAR 6.305. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION Over $150,000 (FAR 6.303-2). 1. Identification of the Agency and the Contracting Activity: National Park Service, Pacific West Regional Office, for Yosemite National Park. 2. Nature and/or Description of the Action Being Approved: Sole-source procurement pursuant to FAR 6.302-2, "Unusual and Compelling Urgency". 3. A Description of the Supplies or Services Required to Meet the Agency's Needs, Including the Estimated Value: Replace septic tank, leach field, and associated components, Hodgdon Meadow, Yosemite National Park. Work includes installation of a 20,000 gallon septic tank, new dosing chamber, and leach field. Additional work includes the construction of a new 40 gallon per minute duplex pump station, 1,400 ft of new piping, 4,200 lineal feet of leach line, and associated earthwork and site preparation activities. Pursuant to FAR 36.204, the estimated value for this project is between $500,000 and $1,000,000. 4. An Identification of the Statutory Authority Permitting Other Than Full and Open Competition: 41 U.S.C. 253(c)(2). 5. A Demonstration That the Proposed Contractor's Unique Qualifications or the Nature of the Acquisition Requires Use of the Authority Cited: Hodgdon Meadow's 47 year old septic tank and leach field were scheduled for a planned replacement as part of the facility's life cycle needs. This work was to be solicited during the FY11 fiscal year, and completed for use by fall 2012. Unfortunately, the system suffered a major failure in spring of this year. The failed system must be replaced prior to the onset of winter weather conditions. Yosemite NP generally experiences winter conditions beginning the first half of November that routinely require suspension of all construction activities in the Park until the spring thaw, which historically occurs around Memorial Day weekend. If such prompt replacement does not occur, no sewer services will be in place for Hodgdon Meadow residences, maintenance buildings, and the public campground. Specifically, 13 year-round residential structures, six seasonal trailers, 104 year-round campsites, a Roads Maintenance Complex and staging area, and a Buildings and Grounds building that supports two operations within the Park would be directly impacted. The estimated duration of this project is approximately 60 days, but this requirement also includes a design portion which must be completed prior to physical construction activities can begin. The required completion date, coupled with the estimated contract duration and complexity of the project from project planning & bid, project design, and physical construction standpoints, preclude the use of competitive procedures found in FAR Subpart 6.1 or 6.2, as well as the publicizing requirements contained in FAR 5.201. This procurement meets the requirements of FAR 6.302-2, "Unusual and Compelling Urgency". The recommended vendor for this requirement is AMA Diversified Construction group, DUNS: 049009599. AMA Diversified is a HUBZone Small Business Concern for NAICS 237110, and is listed as an Emerging Small Business for this NAICS as well. Utilizing a well-qualified HUBZone small business concern such as AMA Diversified will not only support the SBA's HUBZone Program, but it will also satisfy the fulfillment of an urgent requirement that, if not quickly addressed, will directly and adversely affect the Park operations, staff resources, visitors' experience, and cultural and natural resources of Hodgdon Meadow. 6. 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 FAR Subpart 5.2 and, If Not, Which Exception Under FAR 5.202 Applies: Due to urgency, there is not sufficient time for a competitive solicitation. However, consistent with the policy statement in FAR 19.201, there is sufficient time to provide an opportunity in this acquisition to a HUBZone Small Business Concern. Publicizing of the solicitation is exempted under FAR 5.202(a)(2). Publicizing of this JOTFOC is hereby made for 30 days to the GPE per FAR 5.406 and 6.305 within 30 days of contract award as stated in FAR 6.305(b). 7. A Determination By the Contracting Officer That the Anticipated Cost to the Government Will Be Fair and Reasonable: At this time no proposal has been received to make a determination of fair and reasonable pricing. An award will not be made unless the proposed pricing meets the requirements and the level of effort shown in the design-build plans and specifications. Previous procurements with the proposed contractor's principal, including 8(a) sole source procurements, have all yielded fair and reasonable pricing. 8. A Description of the Market Research Conducted (see FAR Part 10) and the Results or a Statement of the Reason Market Research Was Not Conducted: Market research commensurate with the urgency of the acquisition was conducted. Market research included verification of proper NAICS and Product Service Codes, Searches on the SBA's Dynamic Small Business Search site, consultation with Park Facilities Management personnel to discuss potential eligible firms, and analysis of potential vendors' CCR and ORCA records. Only AMA Diversified appeared to possess all of the below factors:i. the level of knowledge to complete the project,ii. ability to start the project immediately after award,iii. experience in successfully completing similar projects of similar magnitude and remoteness, andiv. successful history of past performance. 9. Any Other Facts Supporting the Use of Other Than Full and Open Competition (see FAR 6.302-2 (9) (i) - (iii) for some examples): See response to Number 5, above. 10. A Listing of the Sources, If Any, That Expressed in Writing, an Interest in the Acquisition: AMA Diversified Construction Group, Inc. 11. 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: While it is difficult to balance extending life cycle costs out to the fullest extent possible while not incurring gaps in critical operations, it can be mitigated by increased planning and preparation of known requirements well in advance of their anticipated actual need. In the event this type of construction is required in the future, full and open competition will be considered, as appropriate under the circumstances.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/43d0ca74a6c31db5d407659307c242a4)
- Record
- SN02500711-W 20110717/110715235558-43d0ca74a6c31db5d407659307c242a4 (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 |