SOLICITATION NOTICE
X -- JOTFOC Renewal GS-07P-16652
- Notice Date
- 6/3/2014
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Realty Services (7P), 819 Taylor Street, Fort Worth, Texas, 76102
- ZIP Code
- 76102
- Solicitation Number
- 3TX1092
- Archive Date
- 6/28/2014
- Point of Contact
- Ryan Lindberg, Phone: 817-978-0437
- E-Mail Address
-
ryan.lindberg@gsa.gov
(ryan.lindberg@gsa.gov)
- Small Business Set-Aside
- N/A
- Award Number
- LTX16652
- Award Date
- 5/29/2014
- Description
- U.S. General Services Administration GSA Region 7 JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION LEASE NUMBER: GS-07B-16652 PROJECT NUMBER: 3TX1092 Agency Name: DHS/ICE •1. Nature and/or description of the action being approved. The General Services Administration currently leases 5,482 ANSI/BOMA Office Area (ABOA) / 6,372 Rentable Square Feet (RSF) of office space at 8930 Four Winds Drive, Windcrest, Texas 78239, under lease number GS-07B-16652 for the DHS/ICE. The current lease expires July 14, 2014. Approval is requested to execute a five-year (18 month firm) renewal option with the incumbent landlord without full and open competition for continued occupancy at this leased location. •2. Description of the supplies or services required to meet the agency's needs (including estimated value). DHS/ICE would like to remain at their existing lease consisting of 5,482 ABOA SF / 6,372 RSF of space in Windcrest, Texas, Windsor Executive Plaza, confirmed that the office space supports their new space requirements and they would like to remain in place while their new/replacing lease is being completed. The current lease expires on July 14, 2014, but notice of intent to renew is required by June 12, 2014. The rate contained within the option provides an estimated contract value as follows: $17.00/RSF x 6,372 RSF = $108,324.00 Annually x 5 Years = $541,620.00 •3. Identification of the statutory authority 41 U.S.C. 253 (c) (1). Only one responsible source and no other supplies or services will satisfy agency requirements. •4. Demonstration that the proposed contractor's unique qualifications or nature of the acquisition requires use of the authority cited. GSAM 570.402-5 allows for negotiation with the incumbent lessor when a cost-benefit analysis demonstrates that the Government cannot expect to recover relocation and duplication costs through competition. The estimated aggregate cost savings to the Government of staying in place is $256,227.76. Therefore, it is in the best interest of the Government to execute the renewal option at the existing location. This procurement strategy will ensure that the Government will avoid relocation and/or duplication of costs. See Attachment 1, Cost-Benefit Analysis •5. Description of efforts made to ensure that offers are solicited from as many potential sources as is practicable Justification For Other Than Full And Open Competition P AGE 1 OF 3 Last Revised 3/12/13 3TX1092/DHS-ICE/Windcrest, Texas In accordance with the Leasing Desk Guide (Page 9-6), an advertisement for this renewal option is not required since it is for less than 10,000 ABOA SF. Additional market research was performed on November 14, 2013 using Bullseye and CoStar. However, these activities demonstrated that an award to an offeror other than the present lessor would result in substantial relocation costs or duplication of costs to the Government, and the Government cannot expect to recover such costs through competition. •6. Determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. Market data obtained through Bullseye and CoStar provided an average asking rent of $24.00/RSF for the Windcrest market. The rate contained within the renewal option of $17.00/RSF ($19.76/ABOA SF) fully serviced is below the market average. For the reasons above, the rate contained in the renewal option is determined to be fair and reasonable to the Government. •7. Description of the market research conducted As outlined above, market research was conducted by Bullseye and CoStar. All research led to the same conclusion that an award to an offeror other than the present lessor would result in substantial relocation costs or duplication of costs to the Government, and the Government cannot expect to recover such costs through competition. •8. Other facts supporting the use of other than full and open competition DHS/ICE is satisfied with their current location. The lessor, James F. Cotter is responsive to their needs. The GSA Lease Administrator, Patricia Ortiz, has also confirmed that there are no outstanding issues and the Lessor is normally responsive to our needs. •9. List of any sources that expressed in writing an interest in the acquisition None. •10. Statement of actions the agency may take to remove or overcome any barriers to competition While we are within this renewal period, GSA will continue to work with the DHS/ICE to complete a new/replacing competitive lease that will meet their long term needs. •11. CONTRACTING OFFICER CERTIFICATION: By signature on this justification for Other than Full and Open Competition, the Contracting Officer certifies that the award of a succeeding lease of 6,372 RSF is in the Government's best interest and that this Justification is accurate and complete to the best of my knowledge and belief. 5/22/2014 X Thomas Bell Contracting Officer (Approver up to $650,000 TCV) Justification For Other Than Full And Open Competition P AGE 2 OF 3 Last Revised 3/12/13 3TX1092/DHS-ICE/Windcrest, Texas 12. TECHNCAL REQUIREMENTS PERSONNEL CERTIFICATION: I certify that by signature on this Justification for Other than Full and Open Competition, the supporting data used to form the basis of this Justification is accurate and complete to the best of my knowledge and belief. REVIEW, CONCURRENCE AND APPROVAL 5/22/2014 X Ryan Lindberg Prject Manager Signed by: RYAN LINDBERG 5/22/2014 X Ryan Lindberg Leasing Specialist Signed by: RYAN LINDBERG Justification For Other Than Full And Open Competition P AGE 3 OF 3 Last Revised 3/12/13 FAR Part 6.303 requires that information on which the Justification is based be certified as complete and accurate by the technical or requirements personnel. FAR Part 6.304 specifies that the justification must be approved in writing by a specified designee (position title from FAR used above) based on TCV. No additional guidance is included in GSAM Part 506.3. *Regional practice requires concurrence by the Leasing Director and Legal Counsel where TCV>$650,000, by the RC where TCV>$12.5M and by all lower level approvers. M=Million NAR=Net Annual Rent (Annual Rent less Operating) TCV=Total Contract Value HCA=Head of Procuring Activity SPE=Senior Procurement Executive
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7P/3TX1092/listing.html)
- Place of Performance
- Address: 819 Taylor St, Fort Worth, Texas, 76102, United States
- Zip Code: 76102
- Zip Code: 76102
- Record
- SN03383887-W 20140605/140603235034-49572ead44a16c9573b99d8f0ef46f7e (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 |