MODIFICATION
Z -- Increase to overall contract capacity and geographic area for Mechanical System Repairs, Department of Defense, Army Medical Facilities in the Southeastern United States, Indefinite Delivery Indefinite Quantity
- Notice Date
- 7/1/2014
- Notice Type
- Modification/Amendment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- 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
- W9127813R0013
- Archive Date
- 7/1/2015
- Point of Contact
- Robert S. McAllister, 251-690-2912
- E-Mail Address
-
USACE District, Mobile
(robert.s.mcallister@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 to the Multiple Award Task Order Contracts (MATOC) awarded under solicitation W91278-13-R-0013 for an one time increase to the current capacity by an additional $12,000,000.00, as well as an increase to the current geographic area, Southeastern United States, to include all of the Continental United States (CONUS). The program requirements are currently executed via firm fixed price task orders placed against the Indefinite Delivery Indefinite Quantity (IDIQ) contract in order to provide the repair and/or replacement of mechanical equipment and/or systems to include heating, ventilation, and air conditioning (HVAC) equipment and ductwork, plumbing equipment and piping, dedicated exhaust systems, compressed air systems, and other related mechanical systems. The current geographic area of this IDIQ, Mechanical Repair for DOD Army Medical Facilities in the Southeastern United States, is defined by a region bounded in the southwest by Texas, and in the northeast by Maryland. Work will vary from site to site and will require extensive knowledge of the functional operation relating to the efficient use of the facility, equipment, and facility support systems, and building structures. The contract award was made under full and open competition procedures with an ordering capacity of $25,000,000, to be shared among the two (2) MATOC: W91278-13-D-0040 Patriot Construction, LLC, Dunkirk, MD; W91278-13-D-0041 Willis/Mckenney's, An 8(a) Joint Venture, Atlanta, GA. Both awardees are considered 8(A) Small Business. It is the Governments intent to issue a onetime 48% increase to the current IDIQ contract of $12,000,000 for a revised modified capacity of $37,000,000, and to issue an increase to the current IDIQ contract geographic area of Southeastern United States for a revised geographic range of all of CONUS. The original basic contract Scope of Work for the contract remains unchanged. The Government intends to award the modification to this contract 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 it's 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 (15) 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. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. 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 Chris Maund via email at chris.a.maund@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W9127813R0013/listing.html)
- Record
- SN03412248-W 20140703/140702003301-aabfba84ba5b1e3a20b84296cf1cf1da (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 |