Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2018 FBO #5980
SPECIAL NOTICE

54 -- BMS Outback Jumper Restroom Building

Notice Date
4/6/2018
 
Notice Type
Special Notice
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Rock Island, Clock Tower Building, Attn: CEMVR-CT, PO Box 2004, Rock Island, Illinois, 61204-2004, United States
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK18P0081
 
Point of Contact
Troy A. Robbins, Phone: 3097945259
 
E-Mail Address
troy.a.robbins@usace.army.mil
(troy.a.robbins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Rock Island District, intends to procure 3 New Model Outback Jumper building with slab, DC powered with solar panels and one set of building lifts for each building, on a sole source basis in accordance with the statutory of 10 U.S.C. 2304(c)(1) as implemented by FAR 13.106-1(b)(1)(i), Purchases not exceeding the simplified acquisition threshold and only one source reasonably available. The U.S. Army Corps of Engineers, Rock Island District, intends to enter into a firm fixed-price contract with Biological Mediation System, LLC. The NAICS code for this procurement is 327390 with 500 employee size standard. The building portion of the facility has to have the ability to be removed from the vault and moved to an alternate location during high water events on the reservoir. The vault has to have the ability to be left on the site and sealed watertight during high water inundation of the site. The vault system supplied for this award was model WRS Vault Evaporator (patent #5,573661) and has proprietary rights to BMS; designed for each of these vault systems. The award for each site included 2 vaults and 1 building in order to have the ability to move the building from one vault location to higher ground at another vault location. Currently, the four additional vaults are on site at Saylorville Lake and do not have buildings attached to them. Saylorville Lake has a requirement to purchase 3 additional buildings in order to have them on 3 of the additional vaults, at alternate locations. The 3 additional buildings must meet the same specifications of the other four buildings previously purchased, in order to properly match up and fit the design needs of the WRS Vault Evaporator system as well as maintain consistent design features for our recreation areas. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES and no solicitation will be issued; however, any small-business firm that believes it can meet the requirement may give written notification to the Contracting Officer in the form of a capability statement. Supporting evidence in sufficient detail that demonstrates the ability to comply with the requirement listed must be furnished to the point of contact listed below by Friday, April 13, 2018 at 10:00 A.M. CT. A determination by the government not to compete this proposed contract based on 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. The US Army Corps of Engineers, Rock Island District, will not reimburse for any costs connected with supplying sufficient detail to demonstrate the ability to comply with the requirement listed. In order to receive a government award, a firm must be registered in the System award management (SAM) (www.sam.gov). Firms must register on a one-time basis, and annually confirm accuracy and completeness of registration information. Questions and capability statements should be directed to Troy Robbins at 309-794-5259 or troy.a.robbins@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK18P0081/listing.html)
 
Record
SN04881355-W 20180408/180406230914-c5563f1394344322307708a17f36e901 (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.