Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2015 FBO #5024
SOLICITATION NOTICE

J -- CHEMICAL CRIB ATTENDENTS

Notice Date
8/24/2015
 
Notice Type
Presolicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Edwards, CA93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND13AC02C
 
Response Due
9/8/2015
 
Archive Date
8/24/2016
 
Point of Contact
Jim Kitahara, Contracting Officer, Phone 661-276-5355, Fax 661-276-3374, Email James.E.Kitahara@nasa.gov
 
E-Mail Address
Jim Kitahara
(James.E.Kitahara@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/AFRC has a requirement for two (2) each Chemical Crib attendants to service the on-going mission support requirements at the Center. These position(s) which are currently being performed under the Centers Safety and Environmental Support Services (S&E) contract are scheduled to be transitioned from the requirement effective upon award of the new follow-on S&E support services contract (Note: the management and oversight of the Chemical Crib shall remain under the S&E requirement). The Center intends to obtain the continuing requirement directly from L3 Communications Vertex Aerospace, LLC who is the current Aircraft Operations Support (AOS) contractor. Authority for the requirement is 41 U.S.C. 3304(a)(1) and FAR 6.302-1 (a) (2) Only one responsible source. Justification is based upon the following facts: 1. As the current AOS contractor for the Center, L3 Communications Vertex Aerospace, LLC (through its Small Business Subcontractor LOGMET) provides similar support services under the terms of their performance work statement (e.g. they provide the tool crib attendants who work hand-in-hand with the chemical crib attendants). Under the Centers current contractor support structure these separate jobs (e.g. the tool & chemical crib positions) are actually co-located together but managed and staffed under two separate management organizations. The current structure causes impediments to the effective and efficient operation of the tool & chemical crib department because the employees staffing the positions are currently not allowed to cover for each other when there are either absences or training requirements (which causes an overlapping duplication of operational and administrative costs associated with having to maintain two separate management structures along with having to staff additional back-up support positions). It is the Centers intent to remedy this inefficiency and duplication of effort by combining the work requirements under the AOS contract which is the primary customer of the services. 2. Competing the requirement on the open market (and/or leaving the requirement under the new follow-on S&E contract) would be impractical as it will not remedy the inefficiencies and duplication of effort associated with the current organizational structure. Attempting to do so will result in continued inefficiencies and will cause an unacceptable interruption in fulfilling the agencys on-going mission. 3. Although there are various solutions in the commercial market place (i.e. numerous companies which can provide the required chemical crib services), it is the Governments position that alignment of the requirement(s) under the primary customer of the support services is the best strategy/solution moving forward. Provisioning of any differing model or attempts to utilize any other source would result in a continued duplication of effort and cost to the Government that is not expected to be recovered through competition. Based upon the above, utilization of any other support contractor in-lieu of L3 Communications Vertex Aerospace, LLC/LOGMET for these services would likely result in: a) substantial duplication of cost to the Government that is not expected to be recovered through competition; and b) unacceptable delays in fulfilling the agencys requirements. These reasons justify the transition/combining of the required services under the AOS contract. The Government does not intend to acquire a commercial item (service) using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on September 8, 2015. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND13AC02C/listing.html)
 
Record
SN03852372-W 20150826/150824235415-d397430fbbc87981a672e890e9fc58e9 (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.