Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2018 FBO #6020
SPECIAL NOTICE

M -- Notice of Intent to Sole Source DLS2

Notice Date
5/16/2018
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, OCSA - Application & Content Delivery, Attn: OCSA Mail Stop S84-OCSA, 7500 Geoint Drive, Springfield, Virginia, 22150, United States
 
ZIP Code
22150
 
Solicitation Number
HM0210-13-C-0007
 
Archive Date
6/15/2018
 
Point of Contact
Laura C. Nachison, Phone: 5715587450, Bradley R. Austin, Phone: 5715579854
 
E-Mail Address
Laura.C.Nachison@nga.mil, bradley.r.austin@nga.mil
(Laura.C.Nachison@nga.mil, bradley.r.austin@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
1.Pursuant to Federal Acquisition Regulation (FAR) 6.302-1, the National Geospatial-Intelligence Agency (NGA) intends to issue a sole source modification to an existing contract HM0210-13-C-0007 with Advanced C4 Solutions, Inc., (AC4S), 4017 West Martin Luther King Jr. BLVD, Tampa, FL 33614-7003, to continue providing logistical services in support of the NGA collaborative Intelligence community activities in the US Central Command Area of Responsibility (AOR). The current requirement provides services within the following functional areas: •Logistical Planning •Site Management •Transportation Services •Warehouse Services •Consolidated Issue Facility (CIF) Activities •Facility Management •Janitorial Support •Aircraft/Transportation Management •Asset Management •Mobile Asset Management The current contract expires on July 7, 2018. This action will extend the period of performance for the existing contract for a total of 6 months to January 7, 2019. 2.The sole source modification to the existing contract will provide logistical services at NGA Campus East; Mt. Weather, VA; Arnold, MO; and at various deployed locations within the United States Central Command and Africa Command Areas of Responsibility. Additionally, provision for transition will be included to facilitate a smooth transition to the follow-on contract. 3.AC4S is the only vendor who can provide the required level of support necessary to avoid operational impacts to the vast user community. AC4S possesses the current skills, experience, and clearances to continue operations in these seven locations. Their support personnel are currently in place with the appropriate skills and experience and make them the most risk averse and cost effective solution for this extension period. Any change in contractor prior to award of a follow-on contract would impact services in the locations mentioned above and introduce additional risk to our customer base and degrade their operational effectiveness. 4.This notice of intent is being published in accordance with FAR 5.2 requiring the dissemination of information on proposed contract actions. The statutory authority for this sole source procurement is 10 U.S.C. 2304 (c)(1) as implemented by FAR 6.302-1. There is a reasonable basis to conclude that the highly specialized supplies or services are available from only one responsible source and no other supplies or services will satisfy agency requirements. Further, award of this requirement to a different source would result in an unacceptable delay in fulfilling the agency's requirements. 5.This notice of intent is not a request for competitive proposals. Interested parties may identify their interest and capability in response to the requirement. All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. 6.The Government will issue a Justification and Approval (J&A) to support the need for a sole source award. The J&A will be posted to the GPE at http://www.fedbizopps.gov 14 days after award of the modification.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCM-WD-51/HM0210-13-C-0007/listing.html)
 
Record
SN04924479-W 20180518/180516230928-b34f857db05afe5415102eb9e95ad248 (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.