Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2011 FBO #3359
SOLICITATION NOTICE

M -- To perform O & M services at Camp Sullivan, Kabul - Afghanistan

Notice Date
2/2/2011
 
Notice Type
Justification and Approval (J&A)
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Point of Contact
Rakesh N Shah, Phone: 7038756009
 
E-Mail Address
shahrn@state.gov
(shahrn@state.gov)
 
Small Business Set-Aside
N/A
 
Award Number
SAQMMA11C0033
 
Award Date
1/26/2011
 
Description
Reference DOSAR 606.303-2 FOR OFFICIAL USE ONLY JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION (DOMESTIC CONTRACTING ACTIVITIES) 1. I recommend that the Department of State use other than full and open competition for the acquisition of to perform Operations and Maintenance (O&M) services at Camp Sullivan, Kabul, Afghanistan. Mobilization - Travel: Total Price - $268,876.00 and Camp Sullivan: Total Price - $487,962.00. The total estimated cost is $756,838.00. 2. Nature and/or description of the action being approved. The Department of State has requested that PAE take over the O & M, custodial, and laundry services at the Camp Sullivan location, since the incumbent contractor has been removed from providing these services. PAE will furnish all management, supervision, labor, tools, and equipment required to perform O & M for electrical, HVAC, and plumbing, and provide custodial, laundry, and gardening services. PAE will subcontract to provide sewage/grease, and garbage removal services. 3. A description of the supplies or services required to meet the agency's needs. The American Embassy Kabul will assign a COR to provide administrative direction, oversight of Camp Sullivan and will follow U.S. Embassy policy and procedure. PAE will be responsible for maintaining sufficient staff to operate and maintain Camp Sullivan. 4. An identification of the statutory authority permitting other than full and open competition. 41 USC 253(c) (2), FAR 6.302-2 - Compelling Urgency. Since it is bridge until new contract that includes Camp Sullivan begins. PAE is the only firm that can provide these services, starting January 1, 2011. 5. A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited (for sole source acquisitions; also required for unusual and compelling urgency where more than one offer will not be solicited). The proposed contractor, PAE Government Services, is the United States of America firm that serves as the "responsible applicant of record" for the Kabul Embassy, Afghanistan O & M project. PAE has been providing O & M services for Kabul Embassy, Afghanistan project for the past five years and has an unequalled knowledge of the project. As the "applicant of record" they must continue to serve O & M services at Camp Sullivan, and provide support for contract activities to include Work Order for Window (WOW) desk operations, Quality Control, Safety inspections, procurement and warehouse support. 6. A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable. The description should include whether a FedBizOps notice was or will be publicized, as required by FAR 5.2. This procurement will be publicized in the FedBizOps notice or any other announcement board. This will increase competitors and market research information for future use. The FedBiz Announcement is anticipated to be released on December 22, 2010. 7. A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. PAE has provided services to the Kabul embassy for the last five years, hiring subconsultants as needed. The embassy has maintained that their rates are fair and reasonable for Camp Sullivan. No other firm could perform these services, making their rates reasonable by default. Services shall begin on or about January 1, 2011. PAE will submit an invoice for the full price of Mobilization $268,876.00 USD in the first month, and $487,962.00 USD to be billed monthly using the Purchase Order number. Total value of mobilization and three (3) month performance period is $756,838.00. Invoice payments shall be made to the contractor in US dollars payable by electronic funds transfer. 8. A description of the market survey conducted and the results or a statement of the reasons a market survey was not conducted. No market research was performed as only the contractor of record with the licenses can provide the required services indicated in item number 1 of this J&A. 9. Any other facts supporting the use of other than full and open competition. PAE will provide the O & M services based on the Statement of Work. All services shall be fully functional 24 hours a day, 7 days a week, and 365 days a year. PAE has provided related services to Kabul Embassy, Afghanistan for the past five years and therefore has a unique and detailed knowledge of the O & M Services. No other firm has this background or legal standing. PAE maintain a robust export compliance program implemented through an import/Export Office staffed by skilled export professionals. Their programs support to embassy and peacekeeping operations in Afghanistan, and support to U.S. embassies and military bases worldwide. 10. A listing of sources, if any, that expressed, in writing, an interest in the acquisition. 11. A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. In this case it is not practical to overcome any barriers because they exist because of the type of contract OBO is trying to award. PAE will ensure full compliance with USG contracting policies and directives in selection of vendors and subcontractors, or during any procurement activities that may be required under the proposed project. Local subcontractors will be required to adhere to PAE procurement policies as part of their written subcontract agreement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5f0509d09af01117323914c9ca5d4374)
 
Place of Performance
Address: Camp Sullivan - Kabul, Afghanistan, Afghanistan
 
Record
SN02371865-W 20110204/110202234430-5f0509d09af01117323914c9ca5d4374 (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.