Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
AWARD

M -- RECOVERY--M--PROJECT NUMBER 138889, Alabama River Lakes, AL Upgrading of Gunter Hill Campground, renovate the Antioch Loop and access roads to both Antioch and Catoma Loops.

Notice Date
5/27/2010
 
Notice Type
Award 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
W91278-10-214-ARRA
 
Archive Date
8/3/2010
 
Point of Contact
ANGELA TAYLOR, 251-694-3858
 
E-Mail Address
USACE District, Mobile
(angela.j.taylor@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W91278-08-P-0028-P00025
 
Award Date
5/25/2010
 
Awardee
EAGLE AVIATION SERVICES & TECHNOLOGY, INC. (106735582)<br> 1801 ROBERT FULTON DR STE 450<br> RESTON, VA 20191-5461
 
Award Amount
$1,645,921.24
 
Line Number
0015, 0016, 0017
 
Description
RECOVERY THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY, THEREFORE FAR 5.203 DOES NOT APPLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTOR UNDER W91278-08-C-0028. The Mobile District Corps of Engineers intends to issue a modification to contract number W91278-08-C-0028, a competitively awarded Cost-Reimbursable Plus Award-Fee (CPAF) contract for the Operation and Maintenance of Government-Owned Facilities and Equipment, Alabama River Lakes Project, awarded to Eagle Aviation Services and Technology, Inc., 1801 Robert Fulton Drive STE 450, Reston, Virginia. Utilizing American Recovery and Reinvestment Act funds, the modification will increase the level of effort originally contracted for in order to continue the upgrading of Gunter Hill Campground, specifically to renovate the Antioch (Loop A), and access roads to both Antioch and Catoma (Loop B) loops. This work will include the re-routing and addition of roads, renovation of campsite spurs including addition of concrete parking pads, and upgrading of water and electric utility distribution systems. The work will include removing some existing asphalt paving and outdated campsite furniture and border timbers. The work is within the scope of the original contract technical provisions which includes maintaining and repairing buildings, structures, facilities, and their mechanical, electrical, plumbing, sewage and water systems in all of the recreation areas. Contract clauses required for projects involving Recovery Act funds have been incorporated into the existing contract. The existing contract must be used for the following reasons: 1) The contractor is already responsible for the complete inspection, maintenance, and repair of this recreation area. 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 and effectively accomplish this work at a reasonable cost, but also the advantage of the flexibility to readily adjust to any unforeseen obstacles encountered during installation. 3) This contract enables repairs to begin immediately without a detailed scope of work and thus minimizes the time the facilities are closed and the impact on public access to camping and recreation during the busiest season of the year. The American Recovery and Reinvestment Act (ARRA) contains 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/W91278-10-214-ARRA/listing.html)
 
Record
SN02161856-W 20100529/100527234847-ca100a62a0612144f442f1d847c42363 (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.