SOLICITATION NOTICE
X -- Coalition Village III
- Notice Date
- 3/31/2011
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
- ZIP Code
- 33621-5000
- Archive Date
- 5/31/2011
- Point of Contact
- Carlos Cotto,
- E-Mail Address
-
carlos.cotto.1@us.af.mil
(carlos.cotto.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Award Number
- FA4814-11-R-0009
- Award Date
- 5/1/2011
- Description
- The 6th Contracting Squadron (6 CONS) at MacDill AFB intends to issue a sole source Firm-Fixed Price (FFP) contract to Dominion Federal (a small business). The vendor shall provide monthly lease and maintenance of permanent office facilities at United States Central Command (CENTCOM), Coalition-Joint Task Force (C-JTF), using other than full and open competition procedures pursuant to Federal Acquisition Regulations Part 6.302-1 (a)(2)(iii)(A)&(B). "Only one responsible source and no other supplies or services will satisfy agency requirements". Dominion Federal is the only responsible source. This action is required to retain and maintain existing critical/mission essential work space that was constructed to directly support the Iraq War effort beginning in 2006. Because those efforts have now been re-directed to support troops in the continuing war against terrorism in Afghanistan, this facility is required for an additional unknown period of time. This 78,000 square foot modular office complex was constructed and configured to the specialized needs of the end-user. Costs are not expected to be recouped through re-competion of this requirement. Therefore, negotiations with the owner of the modular units which make up this mission critical complex/facility is in the best interest of the Government. The period of performance for this contract will include a base year and four option years. Market research was conducted using various methods to include: Internet searches and telephone inquiries. No vendor expressed interest in participating in the requirement. The Government intends to award a contract to vendor specified above. The North American Industry Classification System is 531120 and the size standard is $7 million. "This notice of intent is not a request for competitive proposals and the Government will not be responsible for any cost incurred in proposal preparation. A determination by the Government not to compete the proposed contract based upon responses to a previous notice is solely within the discretion of the Government. The 6th Contracting Squadron will post this notice until 1:00pm EST (Eastern Standard Time) 11 April 2011 and intends to award a contract after expiration of this notice. Note: No solicitation document is available and telephone requests will not be honored. Dominion Federal owns the modular facilities to be leased. Award to any other contractor would result in the Government incurring costs for installation of another company's modular building to include: removing and reinstalling secure and unsecure communication equipment and infrastructure, site preparation, electric, water, sewer, and storm drainage, and modular furniture. These costs are not expected to be recouped though a competitive acquisition, especially since another contractor would experience investment and start-up costs already borne by the government for the current modular facility, i.e., the government would be paying these costs twice. In addition, awarding a contract to another contractor would require temporary suspension of the 24-hour C-JTF operation. There are no existing facilities on MacDill AFB to accommodate C-JTF forces during the removal of the modular facilities. Due to the on-going war effort, USCENTCOM cannot bear disruption in its mission for any period of time. Additionally, the lay-out of the current facility accommodates secure mission workload and discretely partitions members from more than 60 Coalition nations allowing them to independently contribute to the war effort for their respective nations. There are no other sites on MacDill AFB that can accommodate this operation on a temporary or permanent basis. USCENTCOM considered building a permanent facility for the collation forces but determined the real property portion of such an acquisition would not be feasible. As such, the project would be a Military Construction (MILCON) project and funding would require Congressional approval, taking up to 3 years to appropriate. Currently, no appropriation has been set-aside for this project because the Coalition is a Joint Task Force, which by design is a temporary force. DOD has no plans to permanently base the C-JTF. Further, the 6 AMW has no need or authorization for the type of permanent facility the C-JTF uses. Finally, the annual maintenance, repair and operation cost for a MILCON facility project would far exceed a 50-year life expectancy for that type of facility. These costs, coupled with the costs the government has already paid to lease the current modular buildings, means a permanent facility would be much more expensive than continuing to lease the existing buildings. Finally, CENTCOM considered leasing off-base commercial space. Market research and information obtained from the U.S. Army Corps of Engineer Facility Office revealed the cost would be too great to lease a commercial facility. CENTCOM estimates there would additional costs for infrastructure, security, maintenance, communications, furniture, equipment, and other direct costs if a lease were pursued. These costs don't include the cost of moving personnel and equipment, disrupting the operations/loss of mission capability all of which will result in unacceptable delays in fulfilling the CENTCOM's requirements as mentioned earlier in the J&A. Also, the COE could take 6-8 months (or longer) to find a suitable location and negotiate the lease which will exceed the time remaining on the current contract. Additionally, from a security standpoint, an off-base lease is the least viable option because the personnel occupying the space are foreign nationals conducting very sensitive intelligence-related work and their US counterparts are located on MacDill AFB. Finally, this option is the least flexible contractually because the Government would have to enter a long-term agreement for the commercial space and may have to pay significant termination costs if the C-JTF operation ceases. On the other hand, by continuing to lease the current modular buildings, the government could end the lease by not exercising the next option year.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4ddfd3730a76fac981380cc40c34b170)
- Place of Performance
- Address: MacDill AFB, Florida, United States
- Record
- SN02414339-W 20110402/110331234827-4ddfd3730a76fac981380cc40c34b170 (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 |