MODIFICATION
Z -- NOTICE OF INTENT TO SOLE SOURCE - AFGHANISTAN NATIONAL SECURITY FORCES OPERATIONS AND MAINTENENCE SERVICES (REVISED TO CORRECT PERFORMANCE START DATE)
- Notice Date
- 2/25/2015
- Notice Type
- Modification/Amendment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER10D0003
- Archive Date
- 2/25/2016
- Point of Contact
- DeEtra Warchola, 540-665-1239
- E-Mail Address
-
USACE Middle East District
(deetra.c.warchola@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This procurement action is being conducted under FAR 6.302-1 with the authority of 10 U.S.C. 2304(c)(1), as only one responsible source and no other supplies or services will satisfy the requirement; therefore proposals cannot be submitted directly on this notice. The U.S. Army Corps of Engineers, Transatlantic Division, Middle East District, intends to issue an out-of-scope modification under contract W912ER-10-D-0003, which supports the southern and western provinces of Afghanistan, to Vectrus Systems Corporation for the continuation of routine, traditional operations and maintenance (O&M) services for Afghan National Security Forces' (ANSF) facilities located in the provinces and districts throughout Northern Afghanistan. This contract action will ensure that there is not a disruption of these critical O&M services which are vital to the long-term sustainment of Afghanistan. These O&M services are currently being performed under a bridge purchase order with a performance end date of 14 March 2015. Award to any other company would not only result in unacceptable delays and substantial costs that would not be recovered through competition but could also degrade the structural integrity and basic facility operating systems (power, water and sewer) of the Afghan National Army (ANA) and Afghan National Police (ANP) facilities. Additionally, the delay would impede ANSF's ability to take full responsibility to sustain and operate its facilities as the Government of the Islamic Republic of Afghanistan (GIRoA) prepares the ANA and ANP to provide competent and capable leadership for an effective defense force in Afghanistan. The contractor is required to furnish all labor, services, supplies, supervision, materials, tools, equipment, spare parts, warehousing, inventory control, security, transportation, and other items necessary to perform O&M services and systems and infrastructure support at basic ANA and ANP standardized facilities such as ANA brigade camps, ANSF medical facilities, and ANP police stations, located in various sites in Afghanistan. Routine, traditional O&M support consists of the following services: operation, maintenance, repair and minor construction of real property facilities; ancillary engineering design services in support of the operation, maintenance, repair and minor construction of real property facilities; standard utility locater services; scheduled and unscheduled maintenance; minor pest control; equipment inventories, condition assessments; emergency services such as restoration of power, water and sanitation; preventative maintenance; O&M manuals; property accounting and control of real property; and environmental services. The contractor is responsible for all planning, programming, administration, management, supervision and execution necessary to provide the O&M services. The anticipated performance period for this contract action begins 15 March 2015 and is not expected to exceed a period of five months. The contract capacity for this action is estimated at up to $75M (USD). All services under this contract will continue to be performed at various sites in the northern and southern regions throughout Afghanistan. This notice of intent is not a request for competitive quotes; however, in accordance with FAR 5.207(c)(16), the Government will consider information received by interested sources by 4PM 12 March 2015. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. All interested firms must respond by 4PM, 12 March 2015, Eastern Standard Time (EST), by e-mail to DeEtra Warchola at the following e-mail address: deetra.c.warchola@usace.army.mil. No telephone inquiries will be accepted. The e-mail subject line shall state: ANSF O&M, Notice of Intent to Sole Source. The following information shall be included in the response: (1) Statement of Capability; and (2) documentation that shows firm's ability to provide the required services in Afghanistan under all laws, edicts, and regulations in effect for that country as of the date of your response. This documentation shall include (a) proof of registration in the Joint Contingency Contracting System (JCCS); and (b) proof of valid Afghanistan Investment Support Agency (AISA) License. The U.S. Army Corps of Engineers, Middle East District, will not reimburse for any costs connected with providing the information requested in this Notice of Intent to Sole Source.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER10D0003/listing.html)
- Record
- SN03651265-W 20150227/150225234350-e0cc77f26be15250d9510ed9ef98a809 (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 |