NOTICE OF INTENT AND AWARD FROM A SINGLE SOURCE
W912PM24R00009
TYPE:
RELATED NOTICE: W912PM21D0004
TITLE: Notice of Intent to Issue a Sole Source Modification for Increased Capacity on IDIQ Contract
NOTICE ID: W912PM21D0004
NACIS 236220 - Commercial and Institutional Building Construction
PCS: JY1JZ - CONSTRUCTION OF MISCELLANEOUS
GENERAL: THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE MODIFICATION TO INCREASE THE CAPACITY OF AN IDIQ CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES.
Approval is sought to award a modification to increase the contract maximum not-to- exceed (NTE) amount on the UASCE Wilmington District Single Award Task Order Contract (SATOC) W912PM21D0004, with W-T Federal Joint Venture, for Design-Build & General Construction in support of Fort Bragg NC, 28310. The modification will increase the contract capacity by $15,000,000.00 from $24,500,000.00 to $39,500,000.00, in order to fulfill known requirements for the Fort Bragg Sustainment, Restoration, and Modernization (SRM) program. Funds utilized for task orders on this contract will come from O&M funding
Authority Cited Permitting Other Than Full and Open Competition:
In accordance with 10 United States Code 3204(a)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii)(B), “Unacceptable delays in fulfilling the agency’s requirements.”
Rationale Justifying the Authority Cited:
BACKGROUND
There are two (2) General Construction and Design/Build Construction SATOCs for the SRM Program at Fort Bragg.
W912PM21D0004
W912PM21D0005
The original SB SATOC IDIQs were properly competed at the time of original award, which resulted in two (2) awards from RFP W912PM20R0029. With similar scopes of work, the two contractors received individual awards with $24,500,000.00 maximum capacity.
W912PM21D005 is no longer viable for use in meeting the customer programmed requirements. With the reasonable expectation that there needs to be capacity to support critical modifications to such requirements, the need exists to expand the capacity on W912PM21D0004 considering the contract period of performance is not being extended on the other action.
JUSTIFICATION
This modification constitutes a follow-on contract. The work they are performing on Ft Bragg is specific to our SATOC holders and is necessary for the continued support of the SRM and construction mission.
Per FAR 6.302-1(a)(2)(iii): For DoD, NASA, and the Coast Guard, services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in:
The purpose of this action is to provide notice of intent for which the Government intends to award a sole source modification to increase the capacity of W912PM21D0004, under the authority of Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii)(B), “Unacceptable delays in fulfilling the agency’s requirements”. This notice of intent is neither a request for competitive quotes nor a solicitation for offers. However, all proposals received by the date specified herein will be considered by the Government. A determination by the Government to compete this action with any proposed contractor based upon responses to this notice is solely within the discretion of the Government. Interested parties may identify their interest and may submit a quote/or capability statement by 04:00 PM EST 4 May 2025.. Capability statements and quotes shall be sent via email to joshua.s.craven@usace.army.mil.
The attached Sole Source Justification outlines the Contracting Officer's justification and reasoning to award a sole source modification..
This notice meets the requirement set forth by FAR 6.305 Availability of the justification (a) The agency shall make publicly available the justification required by 6.303-1 as required by 10 U.S.C. 3204(f) and 41 U.S.C. 3304(f).
CONTACT:
Josh Craven
Contract Specialist
USACE Wilmington District
Office: (910) 251-4452