Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2010 FBO #3136
AWARD

R -- RECOVERY--R--PROJECT NUMBER 005800, Falls Lake, NC, PROJECT NUMBER 008350, John H Kerr Lake, VA & NC

Notice Date
6/24/2010
 
Notice Type
Award Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
USACE District, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-09-P-0479
 
Archive Date
7/24/2010
 
Point of Contact
Denese Kushinsky, 910-251-4785
 
E-Mail Address
USACE District, Savannah
(denese.j.kushinsky@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912HN-09-P-0479-P00001
 
Award Date
6/24/2010
 
Awardee
EEE CONSULTING, INC. (030582170)<br> 8525 BELL CREEK RD<br> MECHANICSVILLE, VA 23116-3826
 
Award Amount
$194,087.00
 
Line Number
0001 & 0002
 
Description
RECOVERY - PER FAR 5.7 THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY; THEREFORE FAR 5.203 DOES NOT APPLY. THIS OPPORTUNITY WAS AVAILABLE ONLY TO CONTRACTOR(S) UNDER THE CURRENT CONTRACT NUMBER(S): EEE CONSULTING INC, MECHANICSVILLE, VA, W912HN-09-P-0479, MASTER PLAN UPDATES This contract action was accomplished using other than competitive procedures because the procurement is awarded to a sole source under the Test Program for Certain Commercial Items (FAR 13.5). See posted J&A for further information. Control No: CECT-SAW-J&A-10-01 Justification and Approval (J&A) for Commercial Items (Supplies or Services) for Sole Source (including brand name) acquisitions 1. Contracting Activity: U. S. Army Corps of Engineers, Wilmington District, Wilmington Contracting Office, 69 Darlington Avenue, Wilmington, NC 28403 2. Description of Action: Approval is being requested for a modification to a firm fixed price service contract (W912HN-09-P-0479) to procure supplemental work necessary to complete the remaining phases of the Master Plan updates for Falls Lake and John H. Kerr Reservoir projects. This supplemental work will result in complete Master Plans for those projects. The source of funds will be Operations and Maintenance funds under the American Recovery and Reinvestment Act (ARRA) program. 3. Description of Supplies/Services: a. The purpose of this action is for supplemental work to complete Master Plan Phases as follows: Master Plan Phase 2 and 3 (for Falls Lake, Design Memorandum No. 27) Master Plan Phase 3 (for John H. Kerr Dam and Reservoir, Design Memorandum No. 5) b. The Master Plan updates shall follow guidance set forth in the Scope of Work (SOW) and applicable U. S. Army Corps of Engineers Regulations (ER) and Pamphlets (EP). Specific guidance on the format and content of a Master Plan is found in Chapter 3 of EP 1130-2-550. The Master Plan updates shall ensure that environmental mandates and considerations are incorporated, with equal attention given to economy and quality in the development of new recreation facilities. c. Supplemental work for each Master Plan update shall be project-specific and cover all resources, including but not limited to fish and wildlife, vegetation, cultural, aesthetic, interpretive, recreational, mineral, commercial, and outgranted lands, easements, and water. Master Plan updates shall focus on three primary components: (1) regional and ecosystem needs, (2) project resource capabilities and suitability, and (3) expressed public interests and desires. d.The estimated total value (price) is $XX.XX The estimated price for each project is as follows: Falls Lake Phase 2$ XXX,000 Falls Lake Phase 3$ XXX,000 Total Falls Lake$XXX,000 John H Kerr Phase 3 $ XXX,000 Total John H Kerr$ XXX,000 4. Authority Cited: 13.501(a)(1)(ii) Sole Source - Section 4202 of the Clinger-Cohen Act of 1996 - (Reference FAR Subpart 13.5 Test Program for Certain Commercial Items and FAR 13.501 Special Documentation Requirements) 5. Reason for Authority Cited: a.This proposed modification action is for logical follow-on action to a commercial item (services) contract (W912HN-09-P-0479) that was solicited under Subpart 13.5 Test Program for Certain Commercial Items using simplified procedures for the acquisition of the services in an amount greater than the simplified acquisition threshold. b.The proposed sole source contractor is EEE Consulting Inc (EEE), 8525 Bell Creek Road, Mechanicsville, VA. Contract award for Phase 1 for Falls Lake, Phase 1 and 2 for John H. Kerr Dam and Reservoir and Phases Phase 1, 2, and 3 for W. Kerr Scott Dam and Reservoir was made to EEE on September 29, 2009. c. Phase 1information is required to complete Phase 2. It is estimated that 50% of the Phase 1 cost ($63,482.50 of $126,965) would be a duplicate cost to the Government if awarding Phase 2 to a different contractor. A different contractor would have to review Phase 1 documents, understand and interpret the documents, get familiar with the public comment process and reestablish coordination with State agencies. Phase 1 requirements involve information gathering, exploration of needs, public meetings, discussions with State and Federal agencies and an enormous amount of research. d.Phase 1 and Phase 2 information is required to complete complete Phase 3. It is estimated that 40% of the Phase 2 cost ($38,244.40 of $95,611.00) would be a duplicate cost to the Government if awarding Phase 3 to a different contractor. A different contractor would have to understand and evaluate comments from Phase 2, re-coordinate with State and Federal agencies and complete the Phase 3 document. e.In performing contract requirements for Phase 1 at both Falls Lake and John H. Kerr Dam and Reservoir, EEE has familiarized themselves with the existing Master Plans at each project and the USACE regulations and guidance addressing preparation of Master Plans. EEE has toured each project and met with project staff and principals. EEE has become aware of the uniqueness of these facilities. EEE Consulting has prepared for and facilitated numerous public meeting at several locations in Virginia and North Carolina and met with the various agencies that manage project lands and the interested public users of the facilities. EEE has developed an understanding and have responded to the uniqueness of the three projects. EEE has assimilated large amounts of available information and begun the accumulation of an Administrative Record for the Master Plan development process. Phase 1 work involves Phase 2 and Phase 3 are a logical follow-on work f. The experience and expertise of EEE Consulting Inc in the Master Plan Update process specifically for the Falls Lake and John H Kerr projects cannot be duplicated by another contractor without substantial duplication of efforts and costs. It is estimated that any other source would result in substantial duplication of cost to the Government. An estimate of duplicate costs would be $121,726,90. This cost of $121,726.90 is a total of $63,482.50 + $38,244.40 + $20,000 (Contracting/Proposal Evaluation) and significant delay of schedule (an estimated delay of 6 months). The additional duplicative costs are not expected to be recovered through competition. Additionally, the normal solicitation process would result in unacceptable delays due to the learning curve and essentially having to repeat previous steps. While the information previously obtained in Phase 1 is public sector information, the organization, agency and public familiarity is not. Retaining continuity for the project stakeholders and the public would significantly benefit the USACE. The additional costs and time delays are unacceptable due to the need for updated Master Plan brought about by current developmental and usage pressures on these project lands. Additional costs are unacceptable due to limited funding for the Master Plan Updates. Additional costs would jeopardize completion of these tasks. 6. Efforts to Obtain Competition: This is a follow on action to an existing contract. The contractor is in the final stage of the initial Scoping phases of the contract. The requested modification of this contract will facilitate the continuity of the remaining phases and will maintain the current time schedules in sinc with the other actions currently underway. It is in the governments best interest to follow on with the current contract. The original contract action was a competitive request for proposal. Seven (7) proposals were received. EEE was determined the best value to the Government using the proposal factors of technical, past performance and price. 7. Actions to Increase Competition: This is a logical follow on action to an existing contract. All future acquisitions of Master Plan actions will be competed. 8. Market Research: Market research was conducted in September 2009 and seven (7) companies were found to be interested in the action. Through a competitive solicitation process, using evaluation factors of price, technical and past performance, EEE Consultants was determined to be the best value for the government. 9. Interested Sources: To date, no other sources have written to express an interest. As required by Office of the Under Secretary of Defense memo, dated March 19, 2010, subject Revised Posting ad Reporting Requirements for the American Recovery and Reinvestment Act of 2009 (Recovery Act) (Attachment Updated March 1, 2010) paragraph 2. And 3. any resulting modification award shall be posted on FedBizOpps to include this J&A. 10. Other Facts: Discuss any other facts supporting the use of other than full and open competition, such as the following: a. Procurement history. Reasonable efforts to retrieve the following items from computer records, contract files, competition advocate office files or other sources are expected: (1) Contract numbers and dates of the last several awards. Contract NumberAmountDate W912HN-09-P0479$ 612, 126 29 September 2009 (2) Competitive status of these actions: Competed (3) Authority previously used for less than full and open competition. N/A (4) If a justification was prepared to support the procurement made before this one, a summary of the contents of paragraph 7 of the justification for that procurement and an explanation of the results. N/A (5) This is a follow on action to an existing contract. The contractor is in the final stage of the initial Scoping phases of contract. The requested modification of this contract will facilitate the continuity of the remaining phases and will maintain the current time schedules in sinc with the other actions currently underway. It is in the governments best interest to follow on with the current contract. (6) An explanation of any unusual patterns which may be revealed by the history, e.g., several consecutive, urgent buys. N/A (7) If a justification was prepared to support the procurement made before this one, briefly describe the circumstances justifying the buy and whether there have been any significant changes. N/A b. Acquisition data availability. This is a follow on contract c. Unusual and compelling urgency. N/A d. Subcontracting competition. N/A 11. Technical Certification: Include the following statement: 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. Typed Name:__XXXXXXXXXXXXXXX___________ Date: _________________________ Title: Chief, Environmental Resources Section Signature: ___//original signed//___________ 12. Requirements Certification: Include the following statement: 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. Typed Name: XXXXXXXXXXXX_____________ Date: _________________________ Title: Park Manager, Operations Support Section Signature: __//original signed//___________ 13. Fair and Reasonable Cost Determination: Include the following determination: I hereby determine that the anticipated cost to the Government for this contract action will be fair and reasonable. The basis for this determination will be price analysis (comparison of previous competitive prices and comparision with the independent Government estimate). Typed Name: _Sherrel S. Bunn___________ Date: _________________________ Title: _ Contracting Officer____ Signature: _____//original signed//____ 14. Contracting Officer Certification: This certification shall be made by the contracting officer who will sign the contract resulting from this justification and approval. Include the following statement: I certify that this justification is accurate and complete to the best of my knowledge and belief. Typed Name: Sherrel S. Bunn_____________ Date: _________________________ Title: _ Contracting Officer __Signature: _____//original signed//_____ Approval Based on the foregoing justification, I hereby approve the procurement supplemental work to complete the remaining phases of the Master Plan updates for Falls Lake (Phases 1 and 2) and John H. Kerr Reservoir (Phase 1) as a sole source acquisition pursuant to the authority of the test program for commercial items (Section 4202 of the Clinger-Cohen Act of 1996), subject to availability of funds, and provided that the services herein described have otherwise been authorized for acquisition. Typed Name: _Sherrel S. Bunn_____________ Date: _________________________ Title: _Contracting Officer_ Signature: _____//original signed//______
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/Awards/W912HN-09-P-0479-P00001.html)
 
Record
SN02187042-W 20100626/100624234919-18b0839fe5c5d5212a4b739e8b043962 (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  © 1994-2020, Loren Data Corp.