Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2011 FBO #3515
SPECIAL NOTICE

99 -- This is an ammendment to a previous announcement, E11PS61345, to include Justification for Other than Full and Open Competition.

Notice Date
7/8/2011
 
Notice Type
Special Notice
 
Contracting Office
MWR - MWRO - Ohio MABO National Park Service1113 W Aurora Rd Sagamore Hills OH 44067
 
ZIP Code
44067
 
Archive Date
7/7/2012
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND NOT A REQUEST FOR PROPOSALS.The National Park Service intends to solicit a proposal and enter into a contract with Holiday Inn / Bridge Appleton Hotel LLC. 150 Nicolet Rd., Appleton, WI 54914-3947. Holiday Inn / Bridge Appleton Hotel LLC is a small business that will provide lodging for Dayton Aviation Heritage NHP personnel attending the EAA AirVenture Airshow in Oshkosh, WI as authorized by FAR 6.302-1(a). JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION(NON-COMPETITIVE PROCUREMENT) (Technical/Requirements Personnel shall answer each of the following) 1. Identification of the agency and the contracting activity, and specific identification of the document as a "Justification for other than full and open competition." The EAA AirVenture is the largest air show in the world. During the 7 days of the event over 700,000 people will attend the convention. Rooms are reserved years in advance and there are no rooms available in Oshkosh. The National Park Service is a member of the International Federal Partnership which has been staying as a group in Appleton, which is about 20 miles from Oshkosh, for the past Airshows. 2. Nature and/or description of the action being approved. The PR submitted is for lodging for NPS staff and volunteers while they work at the EAA AirVenture outreach event in the Oshkosh, WI. AirVenture is the largest air show in the world. Rooms are reserved years in advance and finding available hotel rooms in Oshkosh or nearby Appleton, Fond Du Lac, or Neenah, WI is extremely difficult. Additionally, the cost of hotel rooms in the area usually double, triple, or quadruple their regular fees - putting hotel costs well above the standard per diem rate for this area. 3. A description of the supplies or services required to meet the agency's needs. The Holiday Inn in Appleton, Wisconsin has rooms available for the nights needed to house the NPS staff that will be working the EAA AIRVENTURE Convention/outreach effort. This hotel is providing rooms to all participating agencies in the Federal International Partnership group of which the NPS is a member. We need to stay at this hotel because the Partnership has shared support services such as rides to the convention, equipment sharing, access to meeting rooms for the group and appropriate security for officers. 4. An identification of the statutory authority permitting other than full and open competition. FAR 6.302-1 5. A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. The Holiday Inn in Appleton, Wisconsin has rooms available for the nights needed to house the NPS staff that will be working the EAA AirVenture Convention/outreach effort. This hotel is providing rooms to all participating agencies in the Federal International Partnership group of which the NPS is a member. We need to stay at this hotel because the Partnership has shared support services such as rides to the convention, equipment sharing, access to meeting rooms for the group and appropriate security for officers. 6. A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies. A formal market search was conducted and either we found that there are no hotels rooms available in Oshkosh, WI and the surrounding area during the time needed or that the hotels available are charging, on an average daily rate, more than what Holiday Inn in Appleton is offering to provide us rooms for and not all room requests could possibly be granted. 7. A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. Due to the lack of local availability of rooms, it is in the best interest of the NPS to stay with the other members of the International Federal Partnership in Appleton, WI at the Holiday Inn where they have made rooms available to us at a reasonable rate 8. A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. Market research was conducted on the availability of hotel rooms in the area of Oshkosh, Wisconsin, the city hosting the EAA AirVenture 2011 Convention. 9. Any other facts supporting the use of other than full and open competition, such as: (i) Explanation of why technical data packages, specifications, engineering descriptions, statements of work, or purchase descriptions suitable for full and open competition have not been developed or are not available. (ii) When 6.302-1 is cited for follow-on acquisitions as described in 6.302-1(a)(2)(ii), an estimate of the cost to the Government that would be duplicated and how the estimate was derived. (iii) When 6.302-2 is cited, data, estimated cost, or other rationale as to the extent and nature of the harm to the Government. There are no follow-on acquisitions. 10. A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. None. 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. We continue to look for better values in hotel rooms as additional hotels are constructed in the Oshkosh, Appleton and surrounding area. However the demand for rooms is so great that as these locations come on line they are almost immediately booked for the week of the EAA AirVenture event. As the event continues to grow each year, so does the demand for hotel rooms. Guidance for completing a Justification for Non-Competitive Procurement not exceeding the Simplified Acquisition Threshold ($100,000), per FAR 6.3 Per COTI-1443.6 - 01, 8/24/04: The contracting officer must promote competition to the maximum extent practicable to obtain supplies and services from the source whose offer is the most advantageous to the Government. The contracting officer may solicit from one source if they determine that the circumstances of the contract action deem only one source reasonably available (e.g. urgency, exclusive licensing agreements, or industrial mobilization). The requesting office must prepare a written justification describing the reasons for the sole source acquisition and provide to the contracting officer along with the completed purchase request. The contracting officer must concur in writing with the justification. If the requirement exceeds $25,000, the contracting officer (Deb Imhoff) at a level above the contracting officer (Linda Gordon) must also concur in writing with the justification. If the requirement exceeds $25,000, the contracting officer must post a synopsis as required by FAR 5.2 prior to award and consider any responses received. Per FAR 6.3, only the following is authorized for other than full and open competition (consult the FAR for a full explanation of each category):6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements.6.302-2 Unusual and compelling urgency6.302-3 Industrial mobilization; engineering, developmental, or research capability; or expert services.6.302-4 International agreement6.302-5 Authorized or required by statute6.302-6 National security6.302-7 Public interest As per FAR 6.303-2:Each justification shall contain sufficient facts and rationale to justify the use of the specific authority cited. As a minimum, each justification shall include the following information: 1. Identification of the agency and the contracting activity, and specific identification of the document as a "Justification for other than full and open competition." 2. Nature and/or description of the action being approved. 3. A description of the supplies or services required to meet the agency's needs (including the estimated value). 4. An identification of the statutory authority permitting other than full and open competition. 5. A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. 6. A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies. 7. A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. 8. A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. 9. Any other facts supporting the use of other than full and open competition, such as: (i) Explanation of why technical data packages, specifications, engineering descriptions, statements of work, or purchase descriptions suitable for full and open competition have not been developed or are not available. (ii) When 6.302-1 is cited for follow-on acquisitions as described in 6.302-1(a)(2)(ii), an estimate of the cost to the Government that would be duplicated and how the estimate was derived. (iii) When 6.302-2 is cited, data, estimated cost, or other rationale as to the extent and nature of the harm to the Government.10. A listing of the 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. 12. Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. Each justification shall include evidence that any supporting data that is the responsibility of technical or requirements personnel (e.g., verifying the Government's minimum needs or schedule requirements or other rationale for other than full and open competition) and which form a basis for the justification have been certified as complete and accurate by the technical or requirements personnel.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f67c5c44a8ce9f4c44af9e226bc10d98)
 
Record
SN02494000-W 20110710/110708235410-f67c5c44a8ce9f4c44af9e226bc10d98 (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.