Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SPECIAL NOTICE

B -- LIMITED SOURCES NOTIFICATION - Travel Management Planning Inventory

Notice Date
7/23/2014
 
Notice Type
Special Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
BLM UT-STATE OFC ADM SVCS BR(UT952)440 WEST 200 SOUTH, SUITE 500SALT LAKE CITYUT84101US
 
ZIP Code
00000
 
Solicitation Number
L14PS00872
 
Point of Contact
Jolyn M Goss
 
E-Mail Address
jgoss@blm.gov
(jgoss@blm.gov)
 
Small Business Set-Aside
N/A
 
Description
LIMITED-SOURCES JUSTIFICATION In accordance with the authority granted under 41 U.S.C. 253(c), this request for award under other than full and open competition is hereby submitted. (i). Identification of the agency and the contracting activity, and specific identification of the document as a "Limited-Sources Justification": Bureau of Land Management Utah State Office 440 W 200 S Ste 500 Salt Lake City, UT 84101 The BLM has a need to continue work performing route inventory work on identified Sage Grouse habitat in the West Desert District. (ii). Nature and/or description of the action being approved: The BLM has a need to continue work performing route inventory work on identified Sage Grouse habitat in the West Desert District. This work is outlined in phases and tasks in contract L13PB00847 already in place with Advanced Resource Solutions (ARS). The need for this sole source justification lies in the inability for the BLM continue use of the Blanket Purchase Agreement said contract was issued under to complete all of the identified phases and tasks. (iii). A description of the supplies or services required to meet the agencys needs (including the estimated value): Provide services to inventory travel routes found in Sage Grouse habitat in the West Desert District. This data will be entered into an already present and proven route evaluation software database provided by ARS, who is the industry leader and posesses proprietary software and products the BLM needs to properly comply with existing travel management regulations and guidance. The items needed are specific: The work outlined in the statement of work outlines completion of Phase 1 task 2 and Phase 1 task 3 to perform inventory work for an estimated 1,835 miles identified in the statement of work. The estimated cost is $238,000 (iv). The authority and supporting rationale (see 8.405-6(a)(1)(i) and (b)(1)) and, if applicable, a demonstration of the proposed contractors unique qualifications to provide the required supply or service. 41. U.S.C. 253(c) (1) as implemented by FAR 6.302-1 (a)(2). ARS is the industry leader in providing travel management services that meet the needs of the BLM, and have the capacity as well as a software database no other company provides to date to document and facilitate the travel route inventory and planning process to properly comply with the BLM CFRs and regulations. BLM in Utah is using ARS via RFQ494706 in the Vernal Field office as well as contracts for the St.George and Cedar City field offices, to facilitate the inventory and travel planning process. (v). A determination by the ordering activity contracting officer that the order represents the best value consistent with 8.404(d). Using ARS provides the best value to the BLM because they posess the skills and software products that produce deliverables that comply with BLM CFR's and guidance in the most efficent and consistent manner. ARS has proven themselves as the industry leader and in delivering a product that is defensible when challenged in the legal realm. (vi). A description of the market research conducted among schedule holders and the results or a statement of the reason market research was not conducted. Market research was limited since ARS is the only company that can provide this service and the database and software is proprietary to ARS. ARS has demonstrated the ability to provide the unique requested services to properly comply with BLM CFRs and relevant guidance. (vii). Any other facts supporting the justification. All costs will be determined to be fair and reasonable by the procurement officer based on historical purchase history of similar work performed by ARS. (viii). A statement of the actions, if any, the agency may take to remove or overcome any barriers that led to the restricted consideration before any subsequent acquisition for the supplies or services is made. There are no actions the BLM may take at this time as ARS is the sole provider of the services needed for the deliverables needed by the BLM. (ix). The ordering activity contracting officers certification that the justification is accurate and complete to the best of the contracting officers knowledge and belief. The justification is accurate and complete of the services needed to the best of the contracting officers knowledge and belief. (x). Evidence that any supporting data that is the responsibility of technical or requirements personnel (e.g., verifying the Governments minimum needs or requirements or other rationale for limited sources) and which form a basis for the justification have been certified as complete and accurate by the technical or requirements personnel. Evidence provided by the technical or requirements personnel form a basis for this justification. CERTIFICATIONS: I hereby certify that this justification for other than full and open competition is accurate and complete to the best of my knowledge and belief: Jolyn Goss, Contracting Officer 7/23/2014
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/UT/L14PS00872/listing.html)
 
Record
SN03435266-W 20140725/140723235823-9ecdfa218e08dc1100a74ebbcb27b116 (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.