Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2014 FBO #4530
SPECIAL NOTICE

V -- NOTICE OF INTENT - DEFENSE NATIONAL RELOCATION PROGRAM - 6 MONTH EXTENSION

Notice Date
4/18/2014
 
Notice Type
Special Notice
 
NAICS
531210 — Offices of Real Estate Agents and Brokers
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR09A0006
 
Archive Date
4/18/2015
 
Point of Contact
Brandy Nicole Thomas, 4109624888
 
E-Mail Address
USACE District, Baltimore
(brandy.n.thomas2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Baltimore District intends to extend firm-fixed-price with Economic Price Adjustment(EPA) Blanket Purchase Agreements (BPAs), sole sourcing to the current BPA holders under W912DR-09-A-0004 (Cartus Corporation), W912DR-09-A-0005 (Franconia Real Estate Services, Inc. dba Re/Max Allegiance Relocation Services), W912DR-09-A-0006 (WHR Group, Inc.) and W912DR-09-A-0007 (TRC Global Solutions, Inc.). Extension awards will be made on or before 17 May 2014, under the authority FAR 6.302-1, Only one responsible source (or a limited number of responsible sources) and no other supplies or services will satisfy agency requirements. The four current incumbent DNRP BPA holders are highly specialized service suppliers and are the only capable sources available for the imminent extension start date and short performance period contemplated with the BPA and program knowledge, trained staff, system access and service capability to provide the required services timely, properly and consistently. These BPAs were obtained through competition and their rates were deemed to be competitive with the rest of the marketplace at the time of award. Those rates remain in effect today and are still considered competitive. Also DoD requires accurate, concise, and timely reports to monitor contractor activity, manage and evaluate the DNRP and the contract, and provide DoD and component management with program information. Contractors are required to complete electronic status reports on acquired properties and properties under management as requested/scheduled utilizing NRPO's internet enabled electronic program management system. The training required becoming familiar and proficient with this reporting system would result in unacceptable lost time before new contractors were fully functional and additional start up costs and operating costs for new contractors. There are no practical alternatives to utilization of other than the current BPA holders. The short available lead time prior to the requested BPA extension start date is not sufficient to publish advance notice and to complete solicitation of other sources and then make new awards. A six month maximum term BPA opportunity would attract few, if any, potential contractors, and any service suppliers other than incumbent contractors would require start up time for staffing, training, system access, and BPA workflow knowledge that would result in unacceptable delays in authorizing/initiating contract services for DoD components and their transferring employees. Awarding these services under a new contract would cause significant impacts to the Government. These include, but are not limited to impacts caused by not having a trained and experience contractor workforce in place to provide support to the DNRP program, as well as financial and other related issues. The Government could incur financial injury as a result of duplication of costs associated with providing services, training, augmentation of supplies and materials should another vendor be awarded this effort. Schedule delays will be incurred as well, which will have a direct and adverse impact upon DoD's mission in support of DNRP. It would take a minimum of ninety (90) days to recruit and train the new personnel required to perform DNRP services using new vendors. Market research was conducted as part of the new effort to assess other possible courses of action, and it has be determined that a Full and Open competition is the most viable approach for the long term DNRP support requirements. Market Research was not separately conducted for the proposed six month extension, because, as discussed above, there are only limited sources, the current providers, who can provide the required services within the required timeframe. The NAICS code is 531210 with a small business size of $7,000,000.00. This notice is not a request for competitive proposals. All responsible sources may submit a capability statement which shall be considered by the agency before the intended award date. A determination by the Government not to compete this proposed action is based upon the excessive cost to the Government in replacing current Government requirement and is solely within the discretion of the Government. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. The Government shall not reimburse interested sources for any information provided. No requests for capability briefings will be honored as a result of this notice and any information provided will not be used as part of any subsequent solicitation requirement. All responses shall be sent via electronic e-mail to the POC, Karen Truxal at Karen.Truxal@usace.army.mil. Telephonic inquiries will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR09A0006/listing.html)
 
Record
SN03342900-W 20140420/140418234814-41882c1c800038f27e17e202058e7fdc (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.