Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2016 FBO #5249
SPECIAL NOTICE

C -- A-E construction phase services, Title II Services, in support of the Design-Bid-Build VA Urgent Care Facility Construction

Notice Date
4/5/2016
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-16-R-0037
 
Archive Date
5/4/2016
 
Point of Contact
Joyce F Powell, Phone: 251-694-3791
 
E-Mail Address
joyce.f.powell@usace.army.mil
(joyce.f.powell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The U.S. Army Corps of Engineers, Mobile District (CESAM) intends to award a sole source procurement of A-E construction phase services, Title II Services, in support of the Design-Bid-Build VA Urgent Care Facility Construction Contract W912HN-13-D-0008-CK01. The VA Atlanta Facility procured the original A-E design contract of the VA Urgent Care Facility in Decatur, Georgia. Once the design was complete, the VA terminated the design contract with the A-E for convenience. USACE Mobile District inherited the design from the VA and competitively solicited and awarded the design-bid-build task order under the Savannah District's Fort Benning MATOC, to Edgewater Construction Services, LLC., on 25 August 2015, providing fair opportunity to all those in the pool. After NTP, Edgewater Construction submitted RFI's to USACE that could only be answered by the Designer of Record (DOR). Since the VA terminated the original design contract, neither USACE nor the VA could modify it to add Title II services for construction support. If a Title II services contract is not procured with DOR, the Government will not be capable of providing responses to the construction contractor's RFI's. The Government will also lack the technical capability to review the structural submittals and shop drawings for design compliance; therefore the construction contract will have to be terminated for convenience The Government intends to award this contract consistent with the terms identified with 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 requirement. Unacceptable delays in fulfilling the agency's requirements would result given any other action due to current circumstances. Award to any other A-E source is not a viable option/alternative since DOR is solely responsible for the structural design. Award to any other source would result in substantial duplication of cost to the Government for the other source would have to assume responsibility as the DOR requiring a re-design/verification of the current design. The additional cost to duplicate the effort would not be recovered through competition, and would create unacceptable delays in completion of construction and turnover of the facility resulting in delay claims and increased cost. The Government will support the proposed actions by written justification and obtain appropriate approval prior to proceeding. The Government will post approved justification. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, all capability statements received within fifteen days after date of publication of this synopsis will be considered by the Government. 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted 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 USACE-CT-C, Mrs. Joyce Powell via email at Joyce.F.Powell@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-16-R-0037/listing.html)
 
Record
SN04073040-W 20160407/160405234513-0713a8253e12bbfce8e2b47c2b801a9e (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.