Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2011 FBO #3546
SOLICITATION NOTICE

R -- Interior Design & Furniture Logistics Management

Notice Date
8/8/2011
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541410 — Interior Design Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
DMPMZ13213
 
Archive Date
9/7/2011
 
Point of Contact
Melissa J Benhoff, Phone: 6182299142
 
E-Mail Address
melissa.benhoff@disa.mil
(melissa.benhoff@disa.mil)
 
Small Business Set-Aside
N/A
 
Award Number
HC1028-11-F-0522
 
Award Date
8/8/2011
 
Description
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (OTFAOC) LIMITED SOURCES JUSTIFICATION Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of (For Multiple Award Schedules/Orders use Title III of the Federal Property and Administrative, Services Act of 1949 (41 U.S.C. §251, et seq.) and Title 10 U.S.C. 2304c(b). JUSTIFICATION 1. REQUIRING AGENCY: Defense Information Systems Agency, DISA BRAC Office. CONTRACTING OFFICE: DISA/DITCO/PL8324, Scott AFB, IL 62225 2. NATURE/DESCRIPTION OF ACTION(S): This is for a new Firm Fixed Price contract to provide logistical management services for the DISA BRAC move. Funding for this contract will be from BRAC FY 2011. 3. DESCRIPTION OF SUPPLIES/SERVICES: The contract shall provide logistical management services and well qualified and experienced experts that will serve as the liaison and work directly with the BTO Office in conjunct with the furniture COTR, and other responsible parties as necessary in the planning and execution activities to successfully deliver and install the furniture in the new DISA Complex. These furniture logistical management services will economically and effectively execute the DISA furniture program at Ft Meade in accordance with direction from the BTO Office. To facilitate the services required, the contractor will provide support to DISA to perform the following functions:. Product specific furniture plans. Installation drawing and product list. Installation. Punch list. Logistics management These tasks were previously performed under the relocation services contract HC1047-10-C-4027. While this contract is still active, the portion of the award for these services were already complete. New requirements and changes to the relocation schedule have occurred and there is a need to keep the furniture support staff on site to assist with the above described tasks. The contractor, Interior Architects, provide these services as a subcontractor under contract HC1047-10-C-4027. The BRAC Office is requested a contract directly with Interior Architects, under their GSA Schedule, to complete the project.. To complete this contract the following is required: • One (1) Senior Interior Design Specialist(s) for 480 hours. • Two (2) Junior Interior Design/furniture Specialist for 182 hours each. These staff has been working with the BRAC relocation project for the past year and a half. 4. IDENTIFICATION OF STATUTORY AUTHORITY: FAR 8.405-6 (b) -- Only one source is capable of responding due to the unique or specialized nature of the work. (FAR 8.405-6 (b)(1)). 5. DEMONSTRATION OF CONTRACTOR'S UNIQUE QUALIFICATIONS: The tasks included in the contract were being performed under the relocation services contract (HC1047-10-C-4027) by Interior Architects (IA) as a sub-contractor under Bering Straits. The contractor had personnel embedded with the BRAC team for a year. During this time, the contractor learned the inner workings of the Agency and its processes. They developed a network of the Agency's service provider which allowed them to successfully complete the tasks on time. In addition, the contractor is extremely knowledgeable of the new facility's unique characteristics such as specialized furniture, power/data requirements, and the security requirements. Since the specialized technical requirements of the contract are unique to the DISA project, it would be impossible for other contractors to perform at the skill level required before the end of the period of performance. Furniture design and specialty technical support services will be required through 30 September, 2011. The services included in this SOW were being provided by Interior Architects as a sub-contractor of Bering Straits since June 2010. Since June 2010, several changes were done to the relocation schedule and the furniture schedule. The government expected to have completed the relocation of all the facilities by June 30, 2011, which has been delayed to the last week of August. This delay caused the completion of the BRAC funded tasks of the furniture contract to be delayed as well. Extending the Bering Straits contract would be more expensive for the government as the government would have to pay their overhead in addition to Interior Architects fees. In addition, it would delay the award of the contract as additional time has to be provided for Bering Straits to renew the sub-contractor agreement with Interior Architects. If this is extended to Bering Straits there is no guarantee that they would partner with IA again which creates the risk of having a new contractor who does not understand all the special requirements within the contract. IA could start performing at full performance level quicker than any other contractor. Only Interior Architect is capable of responding due to the unique or specialized nature of the work (FAR 8.405-6 (b)(1)). Other contractors do not have the knowledge of the unique characteristics of the new facility. Since the contract has a short period of performance, it would be impossible for other contractors to learn, understand and apply the inner workings of the facility before the end of the contract. There is an urgent and compelling need for their services, and following the ordering procedures would result in unacceptable delays (FAR 8.405-6 (b)(3)). DISA has organizations moving-in every week into the new site. If there is a disruption in services, it would severely impact the ability of the organization to resume their mission at the new site. INTERIOR ARCHITECTS, INC. holds a GSA Schedule GS-29F-0003N for Comprehensive Furniture Management Services (CFMS). DISA wants to award this contract against Interior Architect's GSA Schedule contract. DISA's mission would be severely impacted if this J&A is not approved and the services or supplies could not be provided. The potential impacts include: delays to the moving schedule, areas not being ready for occupants and their mission,
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/DMPMZ13213/listing.html)
 
Place of Performance
Address: Defense Information Systems Agency (DISA), 6910 Cooper Avenue, Ft Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN02525600-W 20110810/110808235340-16e7ddc10aa83ea8a920f0117f245dcb (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 |
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.