Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2012 FBO #3795
SOLICITATION NOTICE

S -- Full Food Services - Coordination and Approval Document to JA

Notice Date
4/13/2012
 
Notice Type
Justification and Approval (J&A)
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Archive Date
4/29/2012
 
Point of Contact
Catherine B. Perry, Phone: 240-612-5645, Rhonda Coles, Phone: 240-612-5647
 
E-Mail Address
catherine.perry@afncr.af.mil, rhonda.coles@afncr.af.mil
(catherine.perry@afncr.af.mil, rhonda.coles@afncr.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA2860-12-C-0099
 
Award Date
3/30/2012
 
Description
Coordination/Signatures JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION I. CONTRACTING ACTIVITY 11th Contracting Squadron, Wing/Joint Partner Support Flight (CONS/LGCB) 1500 West Perimeter Road, Suite 2780 Joint Base Andrews MD 20762 Contracting Officer: Rhonda Y. Coles This is a limited sources/sole source justification. The Purchase Request (PR) Number is: II. NATURE AND/OR DESCRIPTION OF THE ACTION BEING PROCESSED 11 CONS/LGCB intends to award a sole source, six month firm-fixed price contract with Maryland Department of Education, Division of Rehabilitation Services, Business Enterprise Program for the Blind, 2301 Argonne Drive, Baltimore, MD 21218. Son's Quality Food Company, a State Licensing Agency is performing the services under the Randolph Sheppard Act through the Department of Education under contract FA4416-08-C-0010. III. DESCRIPTION OF THE SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY'S NEEDS The estimated value of this proposed action is in Operations and Maintenance (O&M) funding. The proposed acquisition is to provide all personnel, supervision and any items and services necessary to perform full food services at Joint Base Andrews, MD for the period of 1 April 2012 - 30 September 2012. Services shall include the following: Category Monthly 6 Month Extended Price Freedom Hall - Full Food Service Flight Kitchen - Full Food Service Dry Ice (9000lbs @ Extended Services Hours (100hrs @ Reimbursable/Replacement Parts (NTE 6 months) Grounds Maintenance (Fall & Winter) (1 mos @ Grounds Maintenance (Spring & Summer) (5 mos @ Total IV. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION 10 USC 2304(c)(1), as implemented by FAR 6.302-1. V. DEMONSTRATION THAT THE CONTRACTOR'S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED ABOVE (APPLICABILITY OF AUTHORITY) ONLY ONE RESPONSIBLE SOURCE (FAR 6.302-1) - The subject requirement is to perform Full Food Services at Freedom Hall and the In-Flight kitchen at Joint Base Andrews without interruption. As the incumbent, Maryland Department of Education is currently providing the required services under competitively awarded contract FA4416-08-C-0010 (Period of Performance: 01 October 2010 to 31 March 2012 to include the 6-month extension. A 6-month bridge is required to guarantee there is not a break in service for the subject work/contract. FAR clause 52.217-8 will be incorporated as a precautionary measure to ensure uninterrupted service to full food services while the follow-on competition is completed. Therefore, this acquisition will be a follow-on contract for the continued operation and performance of a high visibility and mission essential service. As the incumbent, the Maryland Department of Education is currently performing food services on Joint Base Andrews. The company has the infrastructure and the corporate knowledge to meet the Government's schedule. They are able to provide the supplies and services for the extension described in Section II above without the U.S. Air Force experiencing unacceptable delays in fulfilling its requirements. On an average 1500-2000 personnel utilize the facility daily and not having a contract in place on 1 April 2012 will require the Air Force to pay per diem rates to all the personnel who utilize it, causing a significant financial impact to the Air Force. The 11th Wing believes that award to any other source would result in substantial duplication of cost to the Government that is not expected to be covered through competition and unacceptable delays in fulfilling the Air force's requirements. Without any transition time with the incumbent contractor, the Government estimates that it would take 4 to 6 months for a new contractor to be fully functional and capable to perform at a standard able to maintain full food service operations. This estimate includes the assumption of a separate contract being awarded to hire functional experts from the incumbent contractor to lead the new contract team, vetting new personnel, getting new personnel badged, externally employing subject matter experts getting the new contractor smart on roles and responsibilities and finally gaining general proficiency to satisfactorily perform tasks at the required standard. Accordingly, the Maryland Department of Education is the only firm capable of providing the supplies and services described in Section III above without the U.S. Air Force experiencing unacceptable delays in fulfilling its requirements. VI. DESCRIPTION OF EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS DEEMED PRACTICABLE 11 CONS posted a pre-solicitation notice on FedBizOpps on 7 July 2011. Several potential offerors showed interest in providing a proposal. 11 CONS is currently working a follow-on contract to this effort, the award of which will be a competitive award. VII. DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE The Contracting Officer will determine that the anticipated cost to the Government is fair and reasonable using price analysis. In its analysis, the Contracting Officer may compare proposal prices to historical prices paid for the same or similar items, and compare proposal prices to the Independent Government Cost Estimates. As well, the Contractor may analyze market data, commercial catalog pricing, and request information from other Air Force bases to identify the Government's pre-negotiation position. VIII. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS, OR A STATEMENT OF THE REASONS MARKET RESEARCH WAS NOT CONDUCTED The Government received multiple responses to its presolicitation notice. Due to time constraints, the Government intends to award a 6 month contract to Maryland Department of Education; however the Government plans on awarding the follow-on contract as a competitive award. IX. ANY OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION Not Applicable. X. LIST OF SOURCES, IF ANY, THAT EXPRESSED INTEREST IN THE ACQUISITION See Section VI above. 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 A follow-on competitive acquisition is planned, with an estimated award date of 1 September 2012 and a start date of 1 October 2012. XII. CONTRACTING OFFICER'S CERTIFICATION The Contracting Officer's signature on the Coordination and Approval Document evidences that she has determined this document to be both accurate and complete to the best of her knowledge and belief (FAR 6.303-2(a)(12)). XIII. TECHNICAL/REQUIREMENTS PERSONNEL'S CERTIFICATION As evidenced by his signature on the Coordination and Approval Document, the technical personnel has certified that any supporting data contained herein, which is his responsibility, is both accurate and complete (FAR 6.303-2(b)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c327db55704f328a642e830cbf3c5af1)
 
Place of Performance
Address: Joint Base Andrews, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02721636-W 20120415/120413234744-c327db55704f328a642e830cbf3c5af1 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.