Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2015 FBO #4908
SPECIAL NOTICE

F -- Notice of Intent to Award Sole Source

Notice Date
5/1/2015
 
Notice Type
Special Notice
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-15-R-0025
 
Archive Date
5/30/2015
 
Point of Contact
Tarha A. Burchell, Phone: 843-963-5168, David Rios Chinas, Phone: 8439637466
 
E-Mail Address
tarha.burchell.2@us.af.mil, david.rios_chinas.1@us.af.mil
(tarha.burchell.2@us.af.mil, david.rios_chinas.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This is a notice of intent to award a sole source contract under statutory authority 10 USC 2304(c) (1), set forth in Federal Acquisition Regulation 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Reference Number is FA4418-15-R-0025. The 628th Contracting Squadron, 101 E. Hill Blvd., Joint Base Charleston, intents to award a sole source contract for Category-A Waste Decontamination & Transport services for Joint Base Charleston. The 628th Contracting Squadron intends to issue a firm-fixed priced contract to Advanced Environmental Options, Inc., 25 Stan Perkins Road, Spartanburg, SC 29307-4311 for the period of one (1) year plus one 12-month option period. In accordance with (IAW) FAR Part 5.207(c)(15)(ii), the proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1(b) (ii). This notice of intent to award is not a request for competitive proposals; however responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The justification for the sole source requirements as follows: In accordance with FAR 6.303-2: (1) Agency and Activity: 628 CONS, Activity-628th MDG (2) Nature of action being approved: Sole Source acquisition. (3) The purpose of this acquisition is to provide all management, tools, equipment, and labor necessary to perform Category-A Medical Waste Decontamination & Transport services for Joint Base Charleston for a period of one (1) year plus one 12-month option period. (4) Justification Rationale: IAW FAR 6.302-1(a) (2) Only one reasonable source and no other supplies or services will satisfy agency requirement: Advanced Environmental Options, Inc. possesses all employees, materials, tools, equipment, and vehicles authorized (licensed/permitted) to perform both Category-A (to include Ebola Virus Disease) decontamination and transport services in the state of South Carolina. (5) Demonstration of Unique Qualifications: Advanced Environmental Options, Inc. is the sole company with all employees, materials, tools, equipment, and vehicles authorized (licensed/permitted) to perform both Category-A (to include Ebola Virus Disease) decontamination (to include remediation, handling and storage) and transport services in the state of South Carolina. (6) Description of Solicitation Efforts: IAW FAR 5.102(a)(2), this notice will be posted on the Government-wide Point of Entry (FedBizOpps.gov), but retained in the contract file to document the rationale for a sole source award. (7) The contracting officer has determined that the anticipated cost to the Government will be fair and reasonable based upon a comparison of the proposed price with prices found reasonable on previous purchases, and with the governments independent estimate. (8) Description of Market Research: The most recent market research for this requirement, solicitation FA4418-14-R-0025, revealed small business concerns as the most common for the performance of category-A decontamination and transport services required by this requirement. This company was determined the only source capable of fulfilling this requirement at this time. (9) Other supporting facts: None (10) Interested Sources: Four small businesses were contacted but none were capable of providing the services needed at this time. (11) Actions to prevent barriers that may lead to restricted consideration in the future: The award of this contract is limited to two years to allow interested vendors the opportunity to obtain the necessary licensing, certification and permitting. (12) This justification is accurate and complete to the best of the contracting officer's knowledge and belief. Address questions to David Rios Chinas, Contract Specialist, at (843) 963-7466, fax (843) 963-5183, email david.rios_chinas.1@us.af.mil or Tarha Burchell Contracting Officer, Phone (843) 963-5168, fax (843) 963-5183, email tarha.burchell.2@us.af.mil For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-15-R-0025/listing.html)
 
Place of Performance
Address: Joint Base Charleston, Joint Base Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN03717102-W 20150503/150501234429-67d2148f3f9496f7a62bb9670a957df5 (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.