AWARD
V -- Household Goods Key West Florida
- Notice Date
- 9/28/2011
- Notice Type
- Award Notice
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883611D0007
- Archive Date
- 10/29/2011
- Point of Contact
- Edward Whittaker
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Award Number
- N68836-11-D-0007
- Award Date
- 8/29/2011
- Awardee
- Coast to Coast Moving & Storage
- Award Amount
- $79,375.00
- Line Number
- 0001
- Description
- JUSTIFICATION AND APPROVAL FOR USE OF SOLE SOURCE 1. Contracting Activity. Fleet Logistics Center (FLC) Jacksonville Regional Contracting Department Jacksonville, FL 32212 2. Description of the Action Being Approved. Award of a contract on a sole source basis for Household Goods (HHG) services for NAS Key West Florida. 3. Description of Supplies/Service. The requirement consists of packing, crating, moving, and storage services for the household goods of DoD personnel in the South Florida Region. The period of performance will consist of a one year period. A firm fixed price contract is anticipated at an estimated value of $90,000. 4. Statutory Authority Permitting SOLE SOURCE. Authority of 10 U.S.C. 2304(c)(2) and (3) as implemented by FAR 6.3, Other than Full and Open Competition. 5. Rationale Justifying Use of Cited Statutory Authority. This acquisition is conducted under the authority of 10 U.S.C 2304(c)(2) as implemented by FAR 6.302-2(b)(2), Unusual and Compelling Urgency. NAS Key West needs immediate HHG services. An award was planned for 9 AUG, 2011. HHG service needed to start on August 10, 2011. FLC Jacksonville had solicited offerors via NECO and Fedbizops. The synopsis had been posted from 3 May, 2011 through 2 June, 2011. Two offerors placed bids on the requirement. Only one offeror was deemed technically acceptable. FLC Jacksonville planned to award to the technically acceptable offeror. However, the offeror that was to be awarded the contract withdrew their offer on August 9th, 2011 because they plan on closing their Key West warehouse. Services were required to start the next day, August 10th, 2011. This offeror is the incumbent on the current bridge contract. NAS Key West has an immediate need for HHG services since the incumbent has stopped performing the service for this contract on August 9th, 2011. The sole source award will go to Coast to Coast Moving & Storage. It has been determined that a one year sole source award will be beneficial to the government. It is expected to take an extended amount of time to re-solicit this requirement in the busiest time of year for contracting. Based on the current market research that has been performed, there is only one contractor in the area that is technically acceptable and willing to perform this contract. This has been confirmed by the last solicitation attempt that resulted in a technically unacceptable bidder and a bidder that withdrew at the last moment because they are closing their local area warehouse. Therefore, extra time is needed to perform extensive market research to find additional companies that can meet the requirement. 6. Determination of Fair and Reasonable Cost. The Contracting Officer will determine the anticipated cost to the Government of the supplies/services covered by this J&A will be fair and reasonable. This will be done by comparing the offered rates to those on previously competed contract N68836-07-D-0008, incorrectly awarded contract N68836-10-F-0725, the resulting bridge contract N68836-11-D-0001, the IGCE, and those submitted by the two bids that were received from the synopsis. 7. Actions to Remove Barriers to Future Competition. After the service is performed on this contract, FLC Jacksonville will compete this requirement as done previously. The requirement will be competed by posting a synopsis and allowing all qualifying contractors to compete for the award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/874ae86e3b0424bec38e18ae12c53ab1)
- Record
- SN02596771-W 20110930/110929000725-874ae86e3b0424bec38e18ae12c53ab1 (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 |