SPECIAL NOTICE
C -- PKA Design B841 Maintenance Dock Repair
- Notice Date
- 6/8/2022 2:03:04 PM
- Notice Type
- Justification
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA4427 60 CONS LGC TRAVIS AFB CA 94535-2632 USA
- ZIP Code
- 94535-2632
- Solicitation Number
- FA442722C0010
- Archive Date
- 07/08/2022
- Point of Contact
- Brandon Spratt, Jonny Ochoa
- E-Mail Address
-
brandon.spratt.2@us.af.mil, jonny.ochoa@us.af.mil
(brandon.spratt.2@us.af.mil, jonny.ochoa@us.af.mil)
- Award Number
- FA442722C0010
- Award Date
- 06/07/2022
- Description
- THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This is a notice of a sole source contract award under statutory authority 41 U.S.C.3304(a)(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 60th Contracting Squadron, 350 Hangar Avenue, Building 549, Travis AFB awarded a sole source award to KAL Architects Inc., 12 J Mauchly, Irvine CA 92618, for a complete redesign to repair building 841, Maintenance Dock to comply with UFC, IBC codes and industry standards at Travis AFB, CA. The justification for the sole source requirements as follows: In accordance with FAR 6.303-2: Agency and Contract Activity:� 60 Contracting Squadron, Travis AFB, CA. Nature of action being approved:� Sole source acquisition. Requirement to meet agency�s need: This procurement is for Architect-Engineer (A-E) to perform Title I investigative and design services, for a complete redesign to repair building 841, Maintenance Dock to comply with UFC, IBC codes and industry standards at Travis AFB, CA. Authority: Justification Rationale: IAW FAR 6.302-1(a)(2)(iii)(A), when the supplies or services required by the agency are available from only one responsible source, or, for DoD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided. For DoD services may be deemed available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. Nature of the acquisition requires use of the authority cited Demonstration of Unique Qualifications: This requirement was originally awarded to KAL Architects on 08/31/2021 in the amount of $184,913.76 under the AFCEC Indefinite Delivery Indefinite Quantity (IDIQ) contract FA890316D0013. In accordance with the contract provisions, FAR 36.6 and FAR 16.505, KAL Architects was selected to be the most highly qualified firm. HQ AMC advised 60 CONS on 10/24/2021 that the award was not valid as the task order was awarded under contract FA890316D0014 which was the contract for KZF Design not KAL Architects. The IDIQ Contract# FA890316D0014 awarded to KZF Design expired in June 2021 and the IDIQ Contract# FA890316D0013 awarded to KAL Architects expired in September 2021. The CONIT help desk advised to terminate this task order and re-award the contract as the CONIT system could not enable an administrative change. The customer, CES advised that the funding for this project is TWCF which is a revolving account and FY21 funds are now not available. The Government terminated the awarded task order. In good faith, the contractor, KAL Architects will accept a re-award for the same FY 21 price. Since the FA890316D0013 contract expired, the Government awarded a sole source single award to KAL Architects. The introduction of a new A&E firm at this point will jeopardize the timely completion and may result in significant and unnecessary increases in cost which would be a substantial duplication of cost to the Government that is not expected to be recovered through competition. KAL Architects is not in the AE Next program (the new AFCEC decentralized ordering process); however, even if it was the cost to the Government would be greater to place an order under the AE Next contract because of fiscal year pricing changes and additional manpower costs to re-procure. KAL Architects in good faith has agreed to honor the FY21 pricing which is in the best interest of the Government because the price was found to be fair and reasonable by Contracting Officer at the time of award. Description of efforts made to publicized: Solicitation Efforts: IAW FAR 5.102(a)(2), this notice will be posted on the Government-wide Point of Entry (SAM.gov) and retained in the contract file to document the rationale for a sole source award. CO Fair and reasonable determination: The Contracting Officer has determined that the anticipated cost to the Government will be fair and reasonable. The pricing provided by KAL Architects was established by competitive bidding under the AFCEC Centralized A/E IDIQ contracts in FY16. KAL Architect's competitive pricing was established under contract FA890316D0013 IDOQ pricing structure. Description of market research conducted: Market research was conducted by the Contracting Office at the time of the original award to KAL Architects.� The contractor was selected based on qualifications. The Government will continue to survey the market for authorized service providers for future requirements. Other supporting facts: N/A Interested Sources: N/A Actions to prevent barriers that may lead to restricted consideration in the future: Future A/E contracts will be obtained using the AE Next Program of IDIQ contracts, in which pricing has already been established by competition and award to the program's participant contractors. This justification is accurate and complete to the best of the Contracting Officer�s knowledge and belief. Address questions to Mr. Brandon Spratt, Contract Specialist, at (707) 424-7743, email brandon.spratt.2@us.af.mil or Mr. Jonny Ochoa, Contracting Officer, (707) 424-7769, email jonny.ochoa@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/75f106411bcd44a8bca7803cce2a7944/view)
- Place of Performance
- Address: Vacaville, CA 95688, USA
- Zip Code: 95688
- Country: USA
- Zip Code: 95688
- Record
- SN06351013-F 20220610/220608230116 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |