Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2010 FBO #3109
SPECIAL NOTICE

M -- RECOVERY--M--PROJECT NUMBER 220, Allatoona Lake, GA Paint Spillway Gates, Allatoona Dam, Cartersville, Georgia

Notice Date
5/28/2010
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-10-250-ARRA
 
Archive Date
8/26/2010
 
Point of Contact
Helene Mitchell, 2514416531
 
E-Mail Address
USACE District, Mobile
(helene.s.mitchell@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - PER FAR 5.7 THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY; THEREFORE FAR 5.203 DOES NOT APPLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTOR(S) UNDER THE CURRENT CONTRACT NUMBER(S): R&D Maintenance Services, Inc., W91278-08-C-0013 The Mobile District Corps of Engineers intends to issue a modification using Recovery Act funding to contract number W91278-08-C-0013, a competitively awarded Cost-Reimbursable Plus Award-Fee contract for the Operation and Maintenance of Government-Owned Facilities and Equipment, Allatoona Lake and Dam Project, Cartersville, Georgia, awarded to R&D Maintenance Services, Inc., P.O. Box 815 Hennessey, OK. The modification will increase the level of effort originally contracted for to: Clean (no abatement) and paint nine (9) 40' x 26' radial spillway gates and two (2) 20' x 26' radial spillway gates. This existing contract must be used for the following reasons: 1) A detailed scope of work can not be prepared. The extent of the work and the resources needed cannot be fully determined prior to starting the work. 2) 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. The incumbent contractor not only has the management, technical, and administrative skills to efficiently accomplish this work at a reasonable cost, but also the advantage of the flexibility to readily adjust to any unforeseen obstacles encountered during installation. The American Recovery and Reinvestment Act (ARRA) contain specific acquisition requirements that must be met when using funds appropriated by the Act. Acquisitions must comply with FAR, and to the maximum extent practicable, be awarded under competitive procedures as fixed-price (FP) contracts. The Mobile District intends to use the current CPAF contract to meet it requirements. Though not a FP contract, it was awarded competitively as a small business set aside. 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. Furthermore, the existing Operation and Maintenance contractor has experienced personnel that are already on site and ready to perform the work. Accordingly, it is deemed to be in the best interest of the government and in compliance with the goals of the Recovery Act to use the existing Operation and Maintenance contract to accomplish the requirements listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-10-250-ARRA/listing.html)
 
Record
SN02163302-W 20100530/100528235319-3433020470a673a98f46e6ab2a11096b (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.