Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2008 FBO #2460
SPECIAL NOTICE

99 -- Modification to Increase Contract Capacity for Current Facility Reduction Program (FRP) contracts W912DY-05-D-0010 and W912DY-05-D-0011.

Notice Date
8/19/2008
 
Notice Type
Special Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Huntsville, US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-08-N-0005
 
Archive Date
11/17/2008
 
Point of Contact
Stefanie Forsyth, 256-895-1142<br />
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Huntsville Engineering and Support Center (CEHNC) intends to award modifications to its Facility Reduction Program (FRP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts which will increase the programmatic capacity consistent with the terms identified within this announcement. The FRP requirements are currently executed via firm fixed price and/or time and materials task orders which are placed against two (2) ID/IQ contracts in order to reduce the maximum amount of excess facility areas at Government installations through the removal of buildings and structures. All current contract awards were made under full and open competition procedures. The awards for the follow-on acquisitions are expected to be made in the 1st quarter of Fiscal Year 2010. Due to the lapse in coverage, it is necessary that the current programmatic capacity be increased to eliminate delays and reduce any risk associated with the execution of mission essential facilities reduction requirements. Therefore, it is the Governments intention to modify the current FRP ID/IQ contracts to increase the programmatic capacity. The programmatic capacity established at time of award of the current contracts was $29,500,000 over a total possible five (5) year ordering period (one (1) base year and four (4) one-year option periods). This capacity was determined prior to the award of the contracts and was based on an analysis of the type of work required, anticipated workload, effects on competition, and the capability of small businesses to compete for the required work. Additionally, no previous modifications have been executed to increase the programmatic capacity. Based upon future anticipated requirements and taking into consideration current known requirements, it is necessary that the Government modify the current contracts to increase the capacity by $22,000,000. The Government reserves the right to unilaterally modify the capacity of each contract award, within the Governments sound discretion, in order to adjust for changes in performance capabilities. Upon award of the follow-on acquisitions, new task orders will not be placed against the current contracts despite any remaining capacity. The current contracts which the Government intends to modify consistent with the terms identified within this announcement are as follows: W912DY-05-D-0010 (Bhate Environmental Associates, Inc.) and W912DY-05-D-0011 (Charter Environmental, Inc). The original basic contract Scope of Work for each contract award will remain unchanged. The Government intends to award the modifications to these contracts consistent with the terms identified within this announcement upon the basis of the authority provided in 10 U.S.C 2304(c)(1) and implemented by FAR 6.302-1(a)(2), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Due to the unique prior experience and involvement of the current contractors and the anticipated recurring need for facility reduction, the actions proposed within this announcement are justified. The Government will support the proposed actions by written justifications and obtain appropriate approval prior to proceeding. The Government will synopsize the contract modifications after award. Written inquiries may be directed to Ms. Nadine Maack via email at myra.n.maack@usace.army.mil or Ms. Stefanie Forsyth via email at stefanie.j.forsyth@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=10b346335290326afcd36c1d062b2b3b&tab=core&_cview=1)
 
Record
SN01644428-W 20080821/080819222908-10b346335290326afcd36c1d062b2b3b (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.