Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
SOLICITATION NOTICE

S -- Raise Contract Ceiling

Notice Date
1/20/2011
 
Notice Type
Justification and Approval (J&A)
 
NAICS
812331 — Linen Supply
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 490 First Street, Suite 2160, Building 29, Holloman AFB, New Mexico, 88330-7908, United States
 
ZIP Code
88330-7908
 
Archive Date
1/31/2011
 
Point of Contact
Stephen L Ellison, Phone: 575-572-5379, Sandra J East, Phone: 575-572-3575
 
E-Mail Address
stephen.ellison@holloman.af.mil, sandra.east@holloman.af.mil
(stephen.ellison@holloman.af.mil, sandra.east@holloman.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA4801-07-D-0001
 
Award Date
10/1/2006
 
Description
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION BASE LAUNDRY SERVICES I. CONTRACTING ACTIVITY 49 CONS/LGCA 490 First Street Ste 2160 Holloman AFB, NM 88330 II. NATURE AND/OR DESCRIPTION OF THE ACTION BEING PROCESSED This justification authorizes and approves a firm fixed-price modification to an Indefinite Delivery Indefinite Quantity contract FA4801-07-D-0001 Base Laundry Service to increase the contract ceiling from $1.1M to $1.2M, and the maximun delivery order from $187K to $218K estimate. This modification will be incorporated in Option Year 4 in order to ensure continued service of Base Laundry Service task orders for the current option year, FY11. The $100K modification will increase the total contract value by 1.2% and the deliver order value by 1.1%. III. DESCRIPTION OF THE SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY'S NEEDS The purpose of contract FA4801-07-D-0001 is to provide Base Laundry Service to 49 FSS and 49 Medical Group. The current contract ceiling was based on the anticipated personnel involved in the bed down of the F-22A Fighter Squadrons. Initial contract ceiling did not include the bed down of the MQ-1, MQ-9, and RPA training squadron consisting of an additional 38 planes, 600 permanent personnel plus 200 students rotating in and out, as well as, a reserve unit. This increase has had an impact on the Holloman's lodging and dining facilities mission. FY11 known requirements will provide laundry service for addition personnel in lodging and dining facilities, who are arriving for training requirements for the Raptor. Total contract obligations to this point total ~90% of the overall contract value of $1.1M. A $100K increase adds only 1.2% to the total contract value and will ensure services will not be disrupted and new mission requirements concerning increase of personnel for Holloman AFB will be met. By increasing the $1.1M financial cap to $1.2M in Option Year 4 (FY11), 49 CONS will be able to provide Base Laundry Service support operations with no detrimental impact to the mission. IV. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION 10 USC 2304(c), as implemented by FAR 6.302-1, Only One Responsible Source (Or Limited Number) allows other than full and open competition in unique circumstances. V. DEMONSTRATION THAT THE CONTRACTOR'S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED ABOVE (APPLICABILITY OF AUTHORITY) The current Base Laundry Service contractor is fully integrated into the laundry service requirements process for Holloman AFB. Any delays in providing base laundry services and support will immediately affect the Air Force's ability to provide clean linen for lodging, Base Clubs and DFAC facilities. Award to any other source will have an immediate negative impact if there was a break in service to the 49 FSS squadron and 49 Medical Squadron mission. Therefore, the current contractor is the only known responsible source who has the ability to continue providing laundry service. This is the last option year on this contract, and the base laundry service requirement will be solicited as a competitive acquisition for FY 12. Currently, the base laundry contractor provides a driver for pick up and delivery of all Holloman linen requirements to include holidays, so that there is a continual supply of articles for the base facilities. Based upon the information presented above, the incumbent contractor is the only firm capable of providing the services described in Section III without the Air Force experiencing unacceptable risk via delays and increased costs in fulfilling laundry requirements. VI. DESCRIPTION OF EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS DEEMED PRACTICABLE Based on rationale provided in Section V, it is not possible to solicit additional sources for this immediate requirement and meet mission requirements. 49 CONS will begin the acquisition process for a follow-on, competitive procurement for Base Laundry Service for FY12. Previous acquisition history indicates there will be adequate competition for this requirement. VII. DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE The total contract value, with a $100K increase through Option Year 4, will be $1.2M. The total contract value is determined fair and reasonable based upon adequate price competition during the source selection process and final award. VIII. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS, OR STATEMENT OF THE REASONS MARKET RESEARCH WAS NOT CONDUCTED Market Research revealed multiple Base Laundry Service IDIQ contracts with at least 4 bases. Preliminary market research to exercise Option Year 4 reveals pricing for Base Laundry services, collected on same/similar Base laundry services at other bases, are in line with Holloman AFB and is fair and reasonable. A synopsis of the Government's intent to post a Justification and Approval Document for a $100K modification, to the existing Base Laundry Services contract, was posted to Federal Business Opportunities on 23 Dec 10 and there has been no response. IX. ANY OTHER FACTORS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION None. X. LIST OF SOURCES, IF ANY, THAT EXPRESSED INTEREST IN THE ACQUISITION None. XI. A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE MAKING SUBSEQUENT ACQUISITIONS FOR THE SUPPLIES OR SERVICES REQUIRED 49 CONS had been working closely with 49 FSS and 49 Medical Group to solicit a follow-on contract to be in place by 1 October 2011 (FY12). XII. CONTRACTING OFFICER'S CERTIFICATION The contracting officer's (CO's) signature on the Coordination and Approval Document is evidences that a determined has been made that this document is both accurate and complete to the best of the CO's knowledge and belief in accordance with FAR 6.303-2(a) (12). XIII. TECHNICAL/REQUIREMENTS PERSONNEL'S CERTIFICATION As evidenced by their signatures on the Coordination and Approval Document, the technical and/or requirements personnel have certified that any support data contained herein, which is their responsibility, is both accurate and complete (FAR 6.303-2(b)).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/16d976841a368b88c63565eefef4293d)
 
Record
SN02363075-W 20110122/110120234106-16d976841a368b88c63565eefef4293d (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.