Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
SOLICITATION NOTICE

99 -- 2 Month Waste Removal Bridge - J&A 2 Month Refuse Removal Bridge

Notice Date
3/23/2012
 
Notice Type
Justification and Approval (J&A)
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS / LGC, 460 CONS / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Rm 120, Buckley AFB, Colorado, 80011-9572, United States
 
ZIP Code
80011-9572
 
Solicitation Number
FA2543-12-R-0008
 
Archive Date
4/29/2012
 
Point of Contact
Kathy Gatewood Clark, Phone: 7208477175, Deb Saumur, Phone: 7208479390
 
E-Mail Address
kathy.clark.1@us.af.mil, deb.saumur.1@us.af.mil
(kathy.clark.1@us.af.mil, deb.saumur.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Award Number
FA2543-12-R-0008
 
Award Date
3/30/2012
 
Description
J&A 2 Month Refuse Removal Bridge - Signed JUSTIFICATION AND APPROVAL (J&A) FOR OTHER THAN FULL AND OPEN COMPETITION I. CONTRACTING ACTIVITY The 460th Contracting Squadron (CONS) at Buckley Air Force Base (BAFB), Colorado, intends to issue a two (2) month bridge purchase order for the 460th Civil Engineering Squadron (460 CES) to continue uninterrupted Refuse Collection Services under the current Contract No. FA2543-07-C-0002 that expires on 31 March 12. This is a Justification and Approval (J&A) to document award of the contract under Other Than Full and Open Competition due to only one responsible source being able to provide the necessary services in accordance with FAR 6.302-1. II. NATURE AND/OR DESCRIPTION OF ACTION BEING PROCESSED This action is for award of a two (2) month bridge purchase order to continue Refuse Collection Services. Currently the service is performed by Republic Services, Incorporated /Allied Waste Industries, Incorporated, 5075 East 74th Avenue, Commerce City, CO 80022-1536. The period of performance for the purchase order will be from 01 April 12 through 31 May 12 for the work described within this Justification and Approval. III. DESCRIPTION OF SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY NEEDS The 460 CES/CEOSS has the mission of providing Refuse Collection Services for Buckley AFB, Colorado. The estimated cost for this two (2) month bridge purchase order is $23,350. The Independent Government Estimate (IGE) is $23,350. This amount is based on the contractor's negotiated pricing from the current 6-month extension of services. IV. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITON The decision to award this contract under Other Than Full and Open Competition IAW FAR 6.302-1(a)(2)(iii)(A), is based upon only one responsible source and no other supplies or services available to satisfy agency requirements cited in 10 U.S.C. 2304(c)(1). These follow-on services may be deemed to be available only from the original source (current contractor). If this requirement was competed there would be substantial un-recoverable duplication of cost to the Government. The Government would also anticipate unacceptable delays of service if another contractor would take over this requirement with such a short turn-around time to initiate these services. V. DEMONSTRATION THAT THE CONTRACTORS UNIQUE QUALIFICATION OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED ABOVE( APPLICABILITY OR AUTHORITY) The Government conducted market research, details of which are in the market research section of this document. FAR Part 5.202 (13) (i) applies to this procurement action. The nature of this acquisition requires that only one source can provide these services based on the following circumstances. When the current contract came to an end, a new acquisition for these services were required to be solicited under the Air Force template which mandates a combination of refuse and recycling services to a single contract. The new template standardizes the level of service throughout the United States Air Force. Evaluation of offers received for the new combined service has resulted in the filing of a Protest with the Small Business Administration; therefore, it is anticipated a new Integrated Solid Waste Management contract will be awarded at the end of the two (2) month period. Since the resolution to the CO Protest may take SBA up to 30 days or more, it is imperative that refuse collection services not be interrupted during the resolution period. The current contractor can provide the continuity of operations and delivery of refuse collection services until the new acquisition is in place. The current service for Refuse Collection Service is due to expire on 31 March 2012. Awarding to a new contractor would not be cost effective for the Government based on the two (2) week turn-around time to award this purchase order and the two (2) month duration of the new purchase order. In turn, to process a full solicitation package would also create unnecessary cost for the Government. Based on the two (2) week turn-around-time prior to the end of the current contract and the two (2) month duration of the new purchase order, awarding to a new contractor would not be cost effective for the Government. In turn, to process a full solicitation package would also create unnecessary cost for the Government. Due to the criticality of services provided by the current contractor and the impact that would result from an interruption of services, the 460th Space Wing mission would be seriously jeopardized unless the agency is permitted to award a bridge purchase order for a period of two (2) months. The transition of a new contractor may take up to 30-60 days as a new contractor would have to setup and process security badges for employees, possibly lease or buy additional equipment, as well as hire personnel to perform the contract. These delays along with transitioning into full performance would impair the Space Wing's mission. The Refuse Collection Services currently being provided are vital to the mission performed on Buckley AFB. Any interruption of these services could jeopardize the mission of the Government. VI. DESCRIPTION OF EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICTED FROM AS MANY POTENTIAL SOURCES AS DEEMED PRACTICABLE A Notice of Intent to issue a sole source bridge purchase order in accordance with FAR 6.302-1 for a performance period of two (2) months will be publicized on FedBizOpps at the same time of the posting of this J&A. The J&A will be posted once it has been approved and signed by the Contracting Officer and the technical representative. Given the costs associated for the startup and time associated with this requirement and training of personnel, ordering of equipment, the completion and award of a competitive purchase order is not realistic. VII. DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL Be FAIR AND REASONABLE The Contracting Officer anticipates the price for this bridge purchase order to be fair and reasonable in accordance with FAR 15.404-1(b)(2)(ii). The Contracting Officer (CO) will make the determination based on, but not limited to, prior contract history of like services, prevailing labor rates and adjustments, along with technical personnel. The proposed purchase order will reflect the like terms of the existing Refuse Collection contract. Therefore, current pricing (option period five) for this contract will be used for the 2-month bridge plus any additional wage determination increases. The pricing for this extension is fair and reasonable when compared to similar commercial services. Awarding a 2-month purchase order will result in lower costs than soliciting a new purchase order (re-acquisition) to acquire these services for the same length of time. VIII. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS, OR A STATMENT OF THE REASONS MARKET RESEARCH WAS NOT CONDUCTED Market research, in accordance with FAR Part 10 was conducted by soliciting and reviewing historic pricing data, rates from the present contractor's current option period, local companies with like-services, and other local Air Force entities with similar requirements. The following local companies were contacted; Waste Connections of Colorado; Alpine Waste and Recycling and; Waste Management. Waste Connections of Colorado did not respond with current pricing, although historic information showed that their pricing is higher than the current contractor's refuse collection pricing. Alpine Waste and Recycling did not respond with pricing. Waste Management would not provide pricing for market research. Peterson AFB was also contacted to inquire on their current pricing for refuse services. The rates Peterson AFB is currently paying for refuse services is comparable but higher than the current contractor's rates. IX. FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION Full and open competition has been deemed unnecessary based on the contractor's knowledge of these services, combined with the urgency of this requirement, and the temporary nature of the bridge purchase order. This bridge purchase order will serve as a follow-on acquisition as described in FAR 6.302-1(a)(2)(ii). The Independent Government Estimate (IGE) of $23,350 would be duplicated if this requirement was procured as a Full and Open Competition. The IGE was derived by obtained market research identified in paragraph VII of this document. Overall, the proposed bridge purchase order would ensure continuation of mission essential services. The incumbent contractor (Republic Services, Incorporated /Allied Waste Industries, Incorporated), holds all required certifications and clearances; is familiar with the requirement and is fully capable of continuing to perform for the additional two (2) months of services. X. A LISTING OF ANY SOURCES THAT EXPRESSED THEIR INTEREST IN WRITING NEIE Medical Waste Services, LLC teaming w/Republic Services, Incorporated /Allied Waste Industries, Incorporated Sea Coast Disposal, Incorporated Hamilton Alliance XI. A STATEMENT OF ACTIONS THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO FUTURE COMPETITION The previous acquisition was solicited as a competitive small business set-aside. As stated within paragraph III of this document the reacquisition of this requirement was solicited as small business set-aside. XII. CONTRACTING OFFICERS CERTIFICATION In accordance with FAR 6.303-2(b)(12) The Contracting Officer's signature on the Coordination and Approval Document is evidence he has determined this document to be both accurate and complete to the best of his knowledge and belief. As evidenced by their signature on the Coordination and Approval Document, the technical and/or requirements personnel have certified that any supporting data contained herein, which is their responsibility, is both accurate and complete. COORDINATION AND APPROVAL DOCUMENT CONTRACTING ACTIVITY: 460th Contracting Squadron (460 CONS) PROGRAM/PROJECT: Two (2) Month Refuse Collection Services Bridge Purchase Order (PO) for, Buckley AFB, Colorado AUTHORITY: 10 USC 2304(c) (1) - FAR 6.302-1 - Only One Responsible Source ESTIMATED COST: This action will be a purchase order in the amount of $11,675.00 per month for a 2-month period with a grand total of $23,350.00. TYPE J&A: Individual
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/821CONS/FA2543-12-R-0008/listing.html)
 
Place of Performance
Address: Buckley Air Force Base (BAFB), Buckley AFB, Colorado, 80011-9572, United States
Zip Code: 80011-9572
 
Record
SN02704634-W 20120325/120323235239-3e5912060e6e00409b7cae212d8b265f (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.