SOLICITATION NOTICE
C -- Increase Capacity of Contract
- Notice Date
- 7/6/2016
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Point of Contact
- Gregory C. Keaton, Phone: 215-656-3826
- E-Mail Address
-
gregory.c.keaton@usace.army.mil
(gregory.c.keaton@usace.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W912BU-11-D-0010
- Award Date
- 7/21/2011
- Description
- JUSTIFICATION REVIEW DOCUMENT TO INCREASE CAPACITY TO AN EXISTING IDIQ TO SATISFY JBMDL REQUIREMENTS CONTROL NO. 16-040 PROJECT/EQUIPMENT: PREPARED BY: NAME: Gregory Keaton Sr TELEPHONE NO. TITLE: Contract Specialist DATE: 5/09/2016 CONTRACTING OFFICER: NAME: Michelle Bertoline TELEPHONE NO. TITLE: Contracting Officer DATE: 5/09/2016 TECHNICAL: NAME: Walter DePrefontaine TELEPHONE NO. TITLE: Chief, Engineering Management Section DATE: 5/09/2016 REQUIREMENTS: NAME: Christine Ryba TELEPHONE NO. TITLE: Project Manager DATE: 5/09/2016 SIGNATURES ARE REQUIRED BELOW: I HAVE REVIEWED THIS J&A AND FIND THE JUSTIFICATION ADEQUATE TO SUPPORT OTHER THAN FULL AND OPEN COMPETITION SMALL BUSINESS NAME Cheryl Chandler TELEPHONE NO. SIGNATURE: //s.// DATE: PROJECT MANAGER: REQUIREMENTS: NAME Christine Ryba TELEPHONE NO. SIGNATURE: //s.// DATE: CONTRACTING OFFICER NAME Michelle Bertoline SIGNATURE: //s.// TELEPHONE NO. DATE: Control # 16-040 JUSTIFICATION AND APPROVAL TO INCREASE CAPACITY OF EXISTING IDIQ 1. CONTRACTING AGENCY: U.S. Army Corps of Engineers (USACE) Philadelphia District (NAP) Wanamaker Building 100 Penn Square East Philadelphia, PA 19107-3390 2. DESCRIPTION OF ACTION: Approval is being sought to increase capacity of an existing IDIQ by an additional $600,000 to satisfy two (2) EOY task order requirements of JB MDL, New Jersey. These design tasks remain from the end of FY 15 actions that were unfunded until just recently when NAP received MIPRs to proceed with award of the task orders. The IDIQ is W912BU-11-D-0010 for Michael Baker Jr., Inc. issued through NAP with a current expiration date of July 20, 2016. Current capacity stands at $479,344. Base - 21 July 2011 through 20 July 2012 Option Year 1 - 21 July 2012 through 20 July 2013 Option Year 2 - 21 July 2013 through 20 July 2014 Option Year 3 - 21 July 2014 through 20 July 2015 Option Year 4 - 21 July 2015 through 20 July 2016 This action will ensure critical support services design projects for JB MDL for FY16. Two (2) new design task order awards to facilitate anticipated FY16 work for JB MDL. Operations and Maintenance (O&M) funds will be utilized during this extension period. The existing capacity remaining of $479,344 will be increased to $1,079,344 to cover these JB MDL design requirements for the remainder of the period of performance. The increased capacity is requested to cover customer specific end of year (EOY) requirements. The proposed action is to increase the ceiling of contract Number W912BU-11-D-0010 by $600,000.00. 3. DESCRIPTION OF SUPPLIES/SERVICES OR NATURE OF CONSTRUCTION: The overall scope for the IDIQ is for Architectural and General Engineering Services. The primary work includes but is not limited to: the construction, renovations, repairs and additions to institutional and industrial facilities. Work under the contract is in support of the Philadelphia District, other Districts and agencies, and at other locations as part of the contract. Michael Baker developed the requirements documents and project DD1391s for these two projects which included conducting pre-design charettes with appropriate stakeholders to identify and define all project requirements, develop concept design layouts and cost estimates. The requirements documents are pre-design documents that ensure the projects include consistent and complete requirements, reflect the needs of stakeholders, minimize costly changes to requirements during project development, avoid misunderstandings between end-users and project developers. Two design task order requests for proposal were originally issued to Michael Baker Jr., Inc. in FY15 to provide proposals for renovation actions at JB MDL using another Michael Baker contract W912BU-14-D-0002. Numerous discussions ensued and a final price was negotiated and agreed upon between the Government and the Contractor. No year end funds were available and therefore the task orders were never processed and awarded. Subsequently, the full capacity of W912BU-14-D-0002 was used for the Dover Hangar design. Five plus months later the JB MDL provided funds to the District to award these items based on negotiated prices from last year. Due to the time elapsed, they were told rates have since changed and also we no longer had the capacity to utilize for those pending actions. Other requirements arose and the capacity was utilized by another facility. NAP queried other Districts and organizations to borrow capacity for the Michael Baker contract but were unsuccessful. NAP feels that since Michael Baker is familiar with the tasks and the facility, that firm provides the government the best vehicle for overall cost efficiency and savings for the design efforts. The estimated cost to begin anew and start with a different AE contractor would entail an additional $25,000 effort for Engineering and Contracting personnel along with the time to investigate and decide what efforts are necessary by a new contractor. Table 1 below identifies the projects that are stranded awaiting increased capacity to the Michael Baker contract W912BU-11-D-0010. The NAICS code for this action is 541330, Architect and General Engineering Services. Table 1 - FY16 Projects to Utilize Increased Capacity 4. AUTHORITY CITED: 10 U.S.C. 2304 (c)(1), and as implemented by FAR 6.302-1(a)(2)(iii)(A), Substantial duplication of cost to the Government that is not expected to be recovered through competition. 5. REASON FOR AUTHORITY CITED: Michael Baker has full understanding of the two design projects and significant efforts, both in terms of funding and time, have already been invested with Michael Baker to develop the requirements (pre-design) documents and project 1391s. One project is to renovate by repairs and reconfiguration a dorm - Building 2620. The other is an Education Center Renovation - Building 3829. Based on the availability of funds, knowledge and expertise of the two facilities in question at JB MDL, and minimal changes due to rate increases - it is felt the most economical and time efficient path is to utilize existing capacity with an increase in the overall total and re-energize negotiations towards award with Michael Baker. Unacceptable delays in fulfilling the agency's requirements: The estimated cost to begin anew and start with a different AE contractor would entail an additional $25,000 effort for Engineering along with the time to investigate and decide what efforts are necessary by a new contractor. Their time and efforts would of course be added into his proposal estimate which may approach $50,000 based on multi discipline involvements and field visit(s). The other choice would be to advertise for a new IDIQ, which has already started. This option is takes approximately 8-9 months or more to award a contract which includes: hours of investigation, review of firm(s) qualifications, interviews, and documentation just to award the base contract. In addition to the 9 plus months of time, an additional cost of $50,000, just in labor, could be added to the effort. Absent increase capacity of the existing Michael Baker contract, a lapse in service will occur when the current contract expires on 20 July 2016. It is critical that the design efforts are awarded this FY to ensure the construction projects are not delayed. For the minimal effort of time based on the current status of the design task orders to renegotiate and make sure there are no changes, and minimal labor effort to process and award the actions, adding the additional capacity seems to be the most advantageous action. Other efforts can take anywhere from months to a year to process and cost an additional $100,000 to $175,000 for total labor efforts on the part of the contractor and NAP. Furthermore, there would not be enough time for any other vendor other than an incumbent to begin full performance because elements of Bldg. 3829 and Bldg. 2620 are failing and need attention now. Both of these facilities are in critical need of renovation (aging/failing systems that are increasingly difficult to maintain and keep in operation, failing building envelope causing water intrusion issues, etc.). The table below shows solicitation time-line for a new Architect Engineering General Services solicitation. As prescribed in the USACE Acquisition Instruction (UAI), the PARC acquisition strategy review (40 business days) and peer review periods (15 business days each). Table 2 - Architect Engineering General Services Solicitation Time-line Sources Sought Posted 20 May 2016 Market Research Evaluation 21 June 2016 Develop PWS, Consolidation Memo, Acquisition Plan 21 July 2016 Submit Consolidation Memo, Acquisition Plan to PARC 04 August 2016 PARC Approval of Consolidation Memo, Acquisition Plan 14 September 2016 Peer Review - Pre-Solicitation 30 September 2016 Pre-Solicitation Notice Issued 05 October 2016 Solicitation Issued 20 October 2016 Proposal Due 19 November 2016 Evaluation of Final Proposal Revisions 11 December 2016 PARC Peer Review - Pre-Award 17 December 2016 Contract Award 10 January 2017 Debriefings 20 January 2017 With the time constraints associated with a follow-on Architect Engineering General Services contract (Table 2 above), Michael Baker, the incumbent contractor, is the best option to avoid duplication of efforts and time growth in using a different design firm. The district requests only that which is minimally necessary to avoid a lapse in its ability to meet customer requirements. Although NAP intends to procure a new Architect Engineering General Services contract in FY17, the increased capacity to the existing contract W912BU-11-D-0010 is vital to meeting customer requirements within the required time-frames now that the projects have been funded. As displayed in Table 1, there are currently two (2) requirements that are scheduled for award. Services expected to be performed includes but is not limited to: construction, renovations, repairs and additions to institutional and industrial facilities. The projects identified in Table 1, represents two (2) projects that require task order awards. These task orders will be placed under W912BU-11-D-0010 pending approval of the increased capacity. 6. EFFORTS TO OBTAIN COMPETITION: Adequate competition was addressed during the solicitation and award of the base contract. Limited competition in accordance with FAR 16.5 is further provided at the task order level. The proposed action is a request to increase capacity on an existing IDIQ contract by $600K. 7. ACTIONS TO INCREASE COMPETITION: Due to the rationale described above, there are no viable alternatives for increased competition on this proposed action since this request is for increased capacity on an existing IDIQ. The new Architect Engineering General Services solicitation will utilize full and open competition. 8. MARKET RESEARCH: There was no market research performed for this action. This is an increase of capacity for an existing IDIQ contract. 9. INTERESTED SOURCES: No responses were received regarding this request. 10. OTHER FACTS: This request is the best option requiring minimal time to facilitate these two (2) design task orders since seeking another source at this juncture to complete the design process for these projects would void the efforts of Michael Baker on behalf of the Government, requiring another firm to repeat most of the same process for both projects. This will result in additional (and unnecessary) cost to the Government in terms of both cost and time. Both of these facilities are in critical need of renovation (aging/failing systems that are increasingly difficult to maintain and keep in operation, failing building envelope causing water intrusion issues, etc.). It is vital these construction projects are not delayed. 11. TECHNICAL CERTIFICATION: I certify that the supporting data under my cognizance which are included in the justification are accurate and complete to the best of my knowledge and belief. NAME: Walter DePrefontaine DATE: 27-June-2016 TITLE: Chief, Engineering Management Section SIGNATURE: //s.// 12. REQUIREMENTS CERTIFICATION: I certify that the supporting data under my cognizance which are included in the justification are accurate and complete to the best of my knowledge and belief. NAME: Christine Ryba DATE: TITLE: Project Manager SIGNATURE: //s.// 13. FAIR AND REASONABLE COST DETERMINATION: I hereby determine that the anticipated cost or price to the Government for this contract action will be fair and reasonable. In accordance with FAR 15.403-4 certified cost and pricing data will be obtained as none of the exceptions to certified cost and pricing data are applicable for this contract action. NAME: Michelle Bertoline DATE: TITLE: Contracting Officer SIGNATURE: //s.// 14. CONTRACTING OFFICER CERTIFICATION: I certify that this J&A is accurate and complete to the best of my knowledge and belief. NAME: Michelle Bertoline DATE: TITLE: Contracting Officer SIGNATURE: //s.// APPROVAL Based on the foregoing justification, I hereby approve the procurement increase capacity of existing IDIQ contract W912BU-11-D-0010 on an other than full and open competition basis pursuant to the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1(a)(2)(iii)(A), Substantial duplication of cost to the Government that is not expected to be recovered through competition. The use of Michael Baker to satisfy the Governments needs are subject to the availability of funds, and provided the increase capacity herein described has otherwise been authorized for acquisition. NAME: Michelle Bertoline DATE: TITLE: Contracting Officer SIGNATURE: //s.//
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ae33cc0bd1e9f3927e3c029808d39eab)
- Place of Performance
- Address: U.S. Corps of Engineers Philadelphia District, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania, 19107, United States
- Zip Code: 19107
- Zip Code: 19107
- Record
- SN04173099-W 20160708/160706235354-ae33cc0bd1e9f3927e3c029808d39eab (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 |