Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2016 FBO #5262
MODIFICATION

C -- Notice of Intent to Sole Source - Subject Matter Expert Services for Mosul Dam, Nineveh Governorate, Iraq

Notice Date
4/18/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE Middle East District, Attn: CETAC-PD-CT, 201 Prince Frederick Drive, Winchester, Virginia, 22602-5000, United States
 
ZIP Code
22602-5000
 
Solicitation Number
W912ER-16-R-0023
 
Archive Date
5/17/2016
 
Point of Contact
Benjamin C. Williams,
 
E-Mail Address
benjamin.c.williams@usace.army.mil
(benjamin.c.williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Agency: Department of the Army Office: U.S. Army Corps of Engineers Location: USACE Transatlantic Middle East District Notice Type: NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT - Dam Grouting The U.S. Army Corps of Engineers, Middle East District intends to award a Firm-Fixed Price Sole Source Contract to AECOM Technical Services, 4016 Salt Pointe Parkway, North Charleston, SC 29405 for Architectural and Engineering (A-E) Services and technical assistance in support of the U.S. Army Corps of Engineers' effort in performing engineering and oversight of foundation grouting, bottom outlet repair and design, and contract oversight at Mosul Dam in Iraq. This action will be awarded on a sole source basis In accordance with (IAW) 10 U.S. C. 2304(c) (1), as implemented by FAR 6.302-1(a) (2) (iii), Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. Contractors who can provide the U.S. Army Corps of Engineers, Middle East District with the required services are invited to submit an affirmative, written response indicating a bona fide ability to meet this specific requirement. Services required are to perform engineering and oversight of foundation grouting, bottom outlet repair and design, and cost plus contract oversight at Mosul Dam in Iraq. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. If competed, award will be made in accordance with the procedures of FAR Part 36.6. The primary NAICS Code is 541330, and small business size is $14,000,000.00. A description services for this requirement are as follows: The contractor shall perform geotechnical oversight, materials testing and reporting, design, and other Architectural and Engineering services to include quality assurance, technical, and administrative assistance for high volume grouting, maintenance grouting, and repair of the bottom outlet. Efforts under this proposed contract are to (a) review grouting activities, (b) review grouting success and revise grout mix designs, (c) advise on grouting procedures and locations, (d) assess the condition of the grouting gallery and the dam's bottom outlet concrete and mechanical/electrical structures associated therewith, (e) provide repair alternatives,(f) monitor construction activities, and (g) perform QA testing on behalf of USACE during foundation grouting and repair of the bottom outlets. Operations will be 24-hour/7- day/365-days a year performance of the work. The grouting and bottom outlet repair contract has been awarded under a cost plus fee agreement to Trevi, the construction contractor for this project. This Notice of Intent is NOT a Request for Proposals (RFP) or Quotes; however, all responsible sources may submit technical capabilities, which, if received within 15 calendar days of publication of this notice, shall be considered by the Government. A determination by the Government to not compete this proposed contract based upon any responses received from this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Any questions regarding this requirement may be emailed to the Contract Specialist, Benjamin Williams, benjamin.c.williams@usace.army.mil. Questions will not be addressed via telephone. Interested contractors may identify their interest and capability by responding to this requirement via email to Benjamin C. Williams, Contract Specialist, via email: Benjamin.c.williams@usace.army.mil. Subject Line: Response to W912ER-16-R-0023 no later than 12:00 p.m. Eastern Time, Monday, May 2, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-16-R-0023/listing.html)
 
Record
SN04086815-W 20160420/160418234117-621eb9d91a109de9d694898b2477c692 (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.