|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 27,2000 PSA#2630THE U.S. ARMY ENGINEERING AND SUPPORT CENTER, HUNTSVILLE, ALABAMA,
INTENTS TO AWARD A MODIFICATION TO MFS NETWORK TECHNOLOGIES, INC.,
INCREASING THE SCOPE OF CURRENT CONTRACT DACA87-95-D-0037 TO PROVIDE
ELECTRONIC SECURITY SYSTEMS (ESS) SUPPORT SERVICES AT VARIOUS
FACILITIES WORLDWIDE. A THE U.S. ARMY ENGINEERING AND SUPPORT CENTER,
HUNTSVILLE, ALABAMA, INTENTS TO AWARD A MODIFICATION TO MFS NETWORK
TECHNOLOGIES, INC., INCREASING THE SCOPE OF CURRENT CONTRACT
DACA87-95-D-0037 TO PROVIDE ELECTRONIC SECURITY SYSTEMS (ESS) SUPPORT
SERVICES AT VARIOUS FACILITIES WORLDWIDE. POC Suzanne M. Wear,
256-895-1162, Contract Specialist or Connie B. Oberle, 256-895-1161,
Contracting Officer, Description: The U. S. Army Engineering and
Support Center, Huntsville intends to modify the current contract, by
increasing the capacity $10,000,000 to provide Electronic Security
Systems at various facilities, worldwide. The services to be provided
under this modification will remain consistent with the scope and
nature of the original statement of work for the contract
(DACA87-95-D-0037). The existing contract was awarded under full and
open competition and provided for the issuance of firm fixed-price task
orders. The contract ceiling threshold of $25,000,000 was based upon
our projections for customer requirements at the time. It is now clear
that the potential magnitude of programmatic support was far greater
than our projections at the time of contract planning and award. There
is no way this office could have foreseen the drastic increase in
requirements that have occurred in the current year. The first four
years of this contract resulted in approximately $20,000,000 worth of
task order awards. However, this fifth and final year of the contract,
we have received approximately the same dollar volume of requirements
($20,000,000). We believe this is the result of agencies securing
funding to protect their personnel and critical assets. The increase in
contract value is based on the unforeseen volume of project requests
that have been realized up to this point of the contract life. This
program office is currently involved in the acquisition-planning phase
to acquire a replacement contract. The acquisition strategy for this
programmatic support contract will provide multiple award ID/IQ
contracts to cover five years, with at least one award set aside for
small business and the remaining awards competed on a unrestricted
basis. However, for this specific request, the unique, prior experience
and involvement of the current contractor, the need for expansion of
existing equipment and the requirement for modification of existing
task orders, the authority 10 U.S.C. 2304 ( c )(1) as implemented by
Federal Acquisition Regulation (FAR) Section 6.302-1(a)(2)(iii), is
applicable: Only one reasonable source and no other supplies or
services will satisfy agency requirements when supplies or services may
be deemed to be available only from the original source in the case of
a follow-on contract for the continued development of production of a
major system or highly specialized equipment and award to any other
source would result in (a) substantial duplication of cost to the
government that is not expected to be recovered through competition or,
(b) unacceptable delays in fulfilling the agency's requirement. Due to
the unique, prior experience and involvement of the current
contractor, the need for expansion of existing equipment, and the
requirement for modification of existing task orders, the sole source
award (modification to increase the scope) to MFS Network Technology,
Inc. is justified, because to do otherwise would result in substantial
duplication of cost and unacceptable delays. This notice is not a
formal solicitation. The synopsis of intent to award a sole source is
not a request for proposal (RFP). The Government will NOT reimburse the
contractor for any cost associated with preparing or submitting a
response to this notice. Offerors who can demonstrate the necessary
experience and expertise and who can provide the U.S. Army Engineering
and Support Center, Huntsville, with the above services, in the
timeframe required and without substantial duplication of cost to the
government are invited to submit, in writing, an affirmative response
which includes applicable pricing and any information indicating a bona
fide ability to meet these specific requirements. All responsible
sources may respond to this synopsis, and all such responses will be
considered by the agency. Response should include business size,
Standard Industrial Code 7382. If no written responsive sources are
received with in 15 calendar days, a modification will be awarded.
Written inquiries may be emailed to Suzanne.Wear@HND01.usace.army.mil
or directed to Suzanne Wear, Contract Specialist, FAX (256) 895-1519.
See Numbered Note 22 (Applicable response time is 15 days). E-MAIL:
Click here to contact the contract specialist via,
Suzanne.Wear@HND01.usace.army.mil. Posted 06/23/00 (W-SN468145). Loren Data Corp. http://www.ld.com (SYN# 0406 20000627\SP-0001.MSC)
SP - Special Notices Index Page
|
|