
COMMISSION AGENDA – Action Item No. __6e__ Page 2 of 4
Meeting Date: July 24, 2018
Template revised September 22, 2016; format updates October 19, 2016.
Competitively procured IDIQ contracts are widely used public-sector contracting tools,
consistent with the Port’s General Delegation of Authority, and governed by CPO-1 policy.
JUSTIFICATION
The workload demands for delivery of vertical conveyance projects at the Port are increasing.
To support the increasing and dynamic business requirements of Sea-Tac Airport, Maritime,
and Economic Development, staff requires flexibility. IDIQ contracts provide flexibility through
project specific service directives that allow engineering design services to be provided on an
as-needed basis for a fixed period and a maximum contract amount.
DETAILS
This request is to execute one contract for a value of $5 million. The contract will have a three-
year ordering period with two, one-year options for a total ordering period of up to five years.
Service directives may be issued at any time during the contract-ordering period. Ongoing work
may be performed to completion after expiration of the ordering period. The total value of all
service directives issued on a contract will not exceed the contract value.
Aviation Project Management has been partnering with the Port’s small business group to
ensure proper outreach via PortGen to small businesses and those owned by minorities and
women (MWBE firms).
ALTERNATIVES AND IMPLICATIONS CONSIDERED
Alternative 1 – Procure separate design service agreements for each project.
Cost Implications: Each project would expend additional administrative costs to procure
individual vertical conveyance design services contracts.
Pros:
(1)
Separate contracts would allow consulting firms multiple opportunities to
compete for each individual project.
(2)
Defers the administrative cost of procurement to a later date when individual
projects each do their own procurement
Cons:
(1)
This alternative is an inefficient use of Port resources, staff time, and does not
leverage the Port's contracting methods.
(2)
This alternative will increase overhead and administrative costs to the Port, as we
would need to manage more procurement processes and contracts.
(3)
This alternative will add time to each project schedule to complete the
procurement process for each individual project and would impact the ability to
meet project and customer needs.
(4)
Costs to the consulting companies may increase as they would be responding to
multiple procurements.
(5)
Integration among related projects would be more difficult to achieve.