MODIFICATION
S -- Extension of Operation and Maintenance Contract covering Government Owned Facilities and Equipment on the Tennessee-Tombigbee Waterway in AL and MS not to exceed six (6) months.
- Notice Date
- 3/6/2014
- Notice Type
- Modification/Amendment
- 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
- W9127809C0020
- Archive Date
- 3/6/2015
- Point of Contact
- Alisa C. Murray, (251) 441-5578
- E-Mail Address
-
USACE District, Mobile
(alisa.c.murray@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Mobile District (CESAM) intends to award a modification extending the option year four period of performance for a period not-to-exceed six (6) months. Contract W91278-09-C-0020 was awarded as a cost plus award fee contract with a base year and four one (1) year options. The contractor is R&D Maintenance Services, Inc in Hennessey, OK. The contract was awarded as a small business set-aside under full and open competition procedures. The current period of performance covering Operation and Maintenance on the Tennessee-Tombigbee Waterway in AL and MS ends 07 April 2014. This one time extension will allow the Government to extend the current period of performance not- to- exceed and additional six (6) months. The revised period of performance may be extended through 07 October 2014. The program requirements are currently executed by technical provisions which provide certain planning, supervisor, labor, equipment, materials and replacement parts, transportation and supplies required to efficiently maintain Government owned facilities and equipment on the Tennessee-Tombigbee Waterways between Demopolis, Alabama, and Pickwick Lake. These facilities include seven (7) Class A campgrounds, six (6) beaches, one (1) National Historic Landmark, one (1) spray ground, numerous picnic areas, boat ramps, ten (10) locks and dams, nine (9) gates spillways, visitor center, waterway management center, historical center, site office/visitor center, several maintenance compounds and numerous wildlife management areas. The original technical provisions stating contract requirements remain unchanged. The contract currently has an estimated value of $41 million. It is the Government's intent to issue a onetime increase estimated at $3 million revising the overall contract amount to an estimated $44 million. The Government intends to award the modification 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, only one responsible source and no other services will satisfy the requirement. In order for the Government to meet upcoming requirements in a timely manner, this action is necessary. This will result in the Government being able to meet its immediate needs without delays and compromising its mission. The Government will support the proposed actions by written justification and obtain appropriate approval prior to proceeding. The Government will post the approved justification. Interested persons may identify their interest and capability to respond to the requirement; however, this notice of intent is not a request for competitive proposals. All capability statements received within fifteen days after date of publication of this notice will be reviewed by the Government and considered. However, a determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Should your firm desire to submit a capability statement, it should demonstrate the Offeror's experience and expertise to provide the services identified above within the time frame required and without substantial duplication of cost to the Government. The statement shall include business size; ability to self-perform work; layers of subcontracting; and any other information indicating a legitimate ability to meet these specific requirements. Statements should not exceed 5 pages in length. Written inquiries may be directed to Alisa Murray via email at alisa.c.murray@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W9127809C0020/listing.html)
- Record
- SN03303607-W 20140308/140306234755-a1087a4eea258651a0da58b9cf8f6f53 (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 |