Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2016 FBO #5270
SOLICITATION NOTICE

Y -- NOTICE OF INTENT TO SOLE SOURCE

Notice Date
4/26/2016
 
Notice Type
Cancellation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
 
Archive Date
5/12/2016
 
Point of Contact
Tino Philip, , Michelle Pearman,
 
E-Mail Address
Tino.Philip@usace.army.mil, Michelle.R.Pearman@usace.army.mil
(Tino.Philip@usace.army.mil, Michelle.R.Pearman@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912ER-11-D-00XX
 
Award Date
6/17/2011
 
Description
NOTICE OF INTENT TO SOLE SOURCE: Contract Award Numbers: W912ER-11-D-0001 American International Contractors Inc, W912ER-11-D-0002 AMEC Earth & Environmental Inc, W912ER-11-D-0003 Anham-ICSS, A Joint Venture, W912ER-11-D-0004 Bryan 77 Construction JV, W912ER-11-D-0006 Caddell-Enka Joint Venture, W912ER-11-D-0007 CDM/Cape Joint Venture, W912ER-11-D-0008 CH2M Hill-Yuksel Joint Venture, W912ER-11-D-0009 Contrack Watts, Inc., W912ER-11-D-0011 Innovative Technical Solutions, Inc., W912ER-11-D-0012 Kellogg Brown & Root Services, Inc., and W912ER-11-D-0014 Perini Management Services. Solicitation Number: W912ER-10-R-0089 SYNOPSIS: This procurement action is being conducted under Federal Acquisition Regulation (FAR) 6.302-1 with the authority of 10 U.S.C. 2304(c)(1) or 41 U.S.C. 253(c)(1), as only one responsible source and no other supplies or services will satisfy the requirement; therefore proposals cannot be submitted directly on this notice. The U.S. Army Corps of Engineers, Transatlantic Division Middle East District (TAM), intends to extend existing contracts for the Construction and Design-Build of multiple projects/facilities to support requirements in the U.S. Central Command (CENTCOM) Area of Responsibility (AOR). A modification to one or more of the existing contracts is intended in order to avoid unacceptable delays and significant cost increase to the Government. An award to other than one or more of the existing Multiple Award Task Order (MATOC) Contractors would result in irretrievable costs and other valuable resources through competition and risk to meet the missions in CENTCOM AOR. TAM has competitively awarded a Multiple Award Task Order Contract (MATOC) to the following companies: W912ER-11-D-0001 American International Contractors Inc, W912ER-11-D-0002 AMEC Earth & Environmental Inc, W912ER-11-D-0003 Anham-ICSS, A Joint Venture, W912ER-11-D-0004 Bryan 77 Construction JV, W912ER-11-D-0006 Caddell-Enka Joint Venture, W912ER-11-D-0007 CDM/Cape Joint Venture, W912ER-11-D-0008 CH2M Hill-Yuksel Joint Venture, W912ER-11-D-0009 Contrack Watts, Inc., W912ER-11-D-0011 Innovative Technical Solutions, Inc., W912ER-11-D-0012 Kellogg Brown & Root Services, Inc., and W912ER-11-D-0014 Perini Management Services, Inc. on June 17, 2011 in accordance with FAR Subpart 6.1, Full and Open Competition. The period of performance was a two year base period with three one-year option periods for a total of up to five (5) years. Those MATOC contracts currently expire on June 16, 2016. The performance period for this extension of services will be no longer than six months beginning on June 16, 2016 to December 15, 2016. One or more of the existing MATOC contracts will be extended for one project in order to award the P-960 TRITON Unmanned Aircraft System at Al Dhafra in UAE. Task orders anticipated for these proposed MATOCs are generally expected to range from approximately $20 Million to $100 Million. This notice of intent is not a request for competitive quotes; however, in accordance with FAR 6.302-1(d)(2), FAR 5.201 and FAR 5.207(c)(16), the Government will consider information received by interested sources by 4PM EST, May 11, 2016. 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. All interested firms must respond by 4PM EST, May 11, 2016, by e-mail to Michelle.R.Pearman and Tino Philip at the following e-mail addresses: Michelle.R.Pearman@usace.army.mil and Tino.Philip@usace.army.mil. The following information shall be included in the response: (1) Statement of Capability; and (2) Documentation that show firms ability to provide the required services in UAE and Bahrain under all laws, edits and regulation in effect for that country as of the date of your response. In addition, in accordance with FAR clause 52.204-7, your company must also be registered in the System for Award Management (www. Sam.gov) and proof of SAM registration is also required in response to this notice. TAM, will not reimburse for any costs associated with providing the information requested in this Notice of Intent to Sole Source.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/86ebd7f59e0d9e79c453681e3e151494)
 
Place of Performance
Address: United Arab Emirates (UAE), POC: U.S. Army Corps of Engineers, Middle East District Office, 201 Prince Frederick Drive, Winchester, Virginia, 22602, United States
Zip Code: 22602
 
Record
SN04095749-W 20160428/160426234612-86ebd7f59e0d9e79c453681e3e151494 (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.