SPECIAL NOTICE
C -- Notice of Intent to Negotiate a Sole Source Contract Modification with Facility Programming and Consulting (FPC)
- Notice Date
- 7/27/2015
- Notice Type
- Special Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- AB133A-10-CQ-0044
- Archive Date
- 8/26/2015
- Point of Contact
- Anthony R. Buch, Phone: 206-526-6033, Erik Lundstrom, Phone: 206.526.6368
- E-Mail Address
-
Anthony.R.Buch@noaa.gov, erik.lundstrom@noaa.gov
(Anthony.R.Buch@noaa.gov, erik.lundstrom@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NOAA intends to award a contract modification to the A-E firm Facility Programming and Consulting (hereafter referred to as FPC) from San Antonio, TX. Contract Number AB133A-10-CQ-0044, Indefinite-Delivery, Indefinite-Quantity (IDIQ), will be modified prior to its current expiration date of August 31, 2015 to February 28, 2016 utilizing a 6-month extension under FAR Clause 52.217-8, Option to Extend Services, with a corresponding increase in its ceiling by $4,000,000 from $4,500,000 to $8,500,000. The requirement is to provide A-E professional planning services (nationwide including U.S. territories) at a total cost of $8,500,000 (after this modification) for a base plus four option years. Extending the five year contract by an additional six months and adding capacity will allow NOAA to accomplish its mission of providing Facility Condition Assessments and perform critical and essential building, wind, and hurricane analysis for coastal NOAA offices to include weather forecast offices. The requirement to perform condition inspections and the hurricane analysis was the result of a National Academy of Public Administration (NAPA) report that found the National Weather Service (NWS) infrastructure aging and decaying, posing an operational risk to the NWS mission. Specifically, the NAPA panel recommended that the NWS conduct a NWS-wide requirements analysis of its facilities. NWS initiated a Facility Condition Assessment (FCA) and coastal hurricane analysis program based on inspecting all of their properties within a three year cycle using a task order for each phase. The first of three phases was to inspect 1/3 of the NWS properties. This phase is nearing completion under an existing $3,500,000 task order on FPC, and NWS along with The National Ocean Service (NOS) and The Office of Oceanic and Atmospheric Research (OAR) had intended to continue the subsequent phases using the existing contract. After completing the FCAs, the next step in addressing the NAPA panel's report is to document the NWS owned property, plant, and equipment (PP&E); document deferred maintenance, provide a justifiable estimate for long and short-range maintenance and repair needs and determine each coastal facility's current hurricane category level of survivability. The NWS has 26 building sites in a nine state area, to include Puerto Rico and the American Territories. These buildings were built from the 1960s to the 1990s to Category 3 wind speed and storm surge standards. The initial assessment conducted by NOAA has determined that these building could fail during a Category 3 or larger hurricane or wind surge. The failure of the NWS buildings will cause a degrading capability for the NWS' ability to predict and track hurricane and severe weather which has a critical impact to our weather ready nation in the form of loss of life and property damage threat, not to mention the severe impact to local, regional, and national economies. Lessons learned from recent notable hurricanes show that these national security and mission essential facilities require fortification to withstand up to Category 5 wind speed and storm surge. The requirement (analysis) will help NOAA determine the severity of the weather threat to NWS's ability to forecast/track weather and to prioritize work effort. The Government intends to negotiate a firm fixed price contract modification approximately August 16, 2015. The NAICS code for this procurement is 541310; Architectural Services and the size standard is $7.5 million. This notice represents the only official notice of this contract action. This notice of intent is not a request for competitive proposals; however, all submittals received by the due date set forth in this notice will be considered by the Government. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. It is the Government's belief that Facility Programming and Consulting (FPC) is the only entity with the unique understanding and immediate capability required to provide FCAs and no other contractor's services will satisfy NOAA's requirements at this time. FPC's existing proficiency and extensive knowledge of FCAs is critical to NOAA's success and their expertise cannot be replace or transitioned in a short period of time. Using the existing contractor FPC to continue the subsequent phases would ensure that their methodology for consistency and reliability is used for all the deliverables including hurricane analysis at NWS, NOS, and OAR coastal sites. This would allow all Line Offices participating in the FCA program to maintain a consistent inspection and reporting standard resulting in a more accurate and reliable baseline for all NOAA owned facilities. However, other potential sources with the expertise and required capabilities to provide these services may submit such data which demonstrates the technical requirements stated above in duplicate no later than 15 calendar days from the date of the posting of this announcement. This data must include sufficient information to allow NOAA to evaluate the proposal relative to the technical requirements stated above. Interested parties should include a description of significant collaboration and subcontracting that will be required to provide technically acceptable deliverables. No cost or pricing data is required. Interested parties who feel they are qualified to perform this work should submit their qualifications to Contracting Specialist Anthony R. Buch at anthony.r.buch@noaa.gov. THIS NOT A SOLICITATION. All contractors doing business with the Government are now required to be registered in System for Award Management (SAM) please access the following web site: https://www.sam.gov/portal/SAM/##11 in order to register with the SAM and to be eligible to receive an award, all offerors must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at https://creditreports.dnb.com/m/home?storeId=11154 or by phone at (866) 721-2275.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133A-10-CQ-0044/listing.html)
- Place of Performance
- Address: 100 West Houston Street, Suite 1100, San Antonio, Texas, 78205-1434, United States
- Zip Code: 78205-1434
- Zip Code: 78205-1434
- Record
- SN03811214-W 20150729/150727234845-702f0d768fdecc192fbcba285da7daf8 (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 |