Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2009 FBO #2815
SPECIAL NOTICE

M -- RECOVERY--M--Temporary Increase of O&M Staff to work on Project Maintenance Backlog

Notice Date
8/7/2009
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Mobile, US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-09-144-ARRA
 
Archive Date
11/5/2009
 
Point of Contact
Alisa C. Murray, (251) 441-5578<br />
 
E-Mail Address
US Army Engineer District, Mobile
(alisa.c.murray@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This Notice is for Information Purposes Only. Using Recovery Act funding, the Mobile District Corps of Engineers intends to issue a modification to contract number W91278-06-C-0052, a competitively awarded Cost-Reimbursement Plus Award-Fee (CPAF) contract for the Operation and Maintenance of Government-Owned Facilities and Equipment, Carters Project, Chatsworth, GA, awarded to M. S. Technology, Inc., 137 Union Valley Road, Oakridge, Tennessee. This work is within the scope of the original contract technical provisions. Contract Clauses required for projects involving Recovery funds have been incorporated into the contract. Utilizing American Recovery and Reinvestment Act funds, the modification will increase the level of effort originally contracted for. The contractor will: 1) repair/replace waterlines at Doll Mountain, Woodring Branch, Harris Branch and between the Ranger building and emergency spillway, 2) upgrade campsites 1-13 at Doll Mountain to safely accommodate larger RVs and to provide 50 amp service, 3) Upgrade 8 additional sites at Doll Mountain and Woodring Branch to 50 amp service, 4)Install low-flow toilets, energy efficient lighting and water heaters in 10 existing park toilet buildings/camper washhouses, 5) Increase shoreline maintenance, erosion control and clean-up on lake,6) Re-route waterline to park attendant sites at Damsite Park, 7) Install concrete bins for secure collection of scrap, 8) Replace 897 feet of guardrails, 9) Harden/gravel areas around warehouses, 10) Install park closures/gates in 8 areas, 11) Repair 763 LF of sidewalks, 12) Level out tri-level campsites at Harris Branch, 13) Consolidate trash collection points and add recycling stations in parks, 14) Add 3 volunteer campsites at Damsite Park, 15) Replace PMO flagpole. This existing contract must be used because for the following reasons: 1) A detailed scope of work can not be prepared. The extent of the work and the resources required can not be fully determined prior to starting the work, because conditions are different at each site. 2) The contractor is responsible for the complete inspection, maintenance, and repair of all project buildings and structures in ten recreation areas, three operations areas, Carters Pumped Storage Facility, and the Project Management Office. 3) The scheduling, coordination, quality assurance and/or subcontracting for the work to be performed are within the scope of the original contract technical provisions and must be accomplished under the terms of the existing contract. 4) Work in the general back log of maintenance will be included. This backlog was created due to lack of available funding which caused work to be postponed until funding became available. The American Recovery and Reinvestment Act (ARRA) contains specific acquisition requirements that must be met when using Recovery Act funds, including compliance with the Federal Acquisition Regulation, and, to the maximum extent practicable, making fixed-price (FP) contract awards using competitive procedures. However, the Office of Management and Budgets guidance allows for the use of other than FP contracts. Although Mobile Districts contract as not awarded as a FP contract, it was awarded competitively as a small business set aside, and the contract type was selected to provide the contractor with the greatest incentive for efficient and economical performance, given the types of services to be performed. The existing Operation and Maintenance contract has experienced personnel and documented performance to mitigate the Governments risk. In order to meet the requirements of the Act in the most prudent business manner within the time constraints imposed, existing Operation and Maintenance contracts are the most appropriate contractual vehicles for the work anticipated under this modification.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-09-144-ARRA/listing.html)
 
Record
SN01903595-W 20090809/090808000439-facfff6682ff096a73a866de98ab25f5 (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.