Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2024 SAM #8195
SPECIAL NOTICE

93 -- Notice of Intent to Award Sole Source Contract Modification � Sacramento River Erosion Contract 4 (SRE C4)

Notice Date
5/3/2024 11:36:03 AM
 
Notice Type
Special Notice
 
NAICS
313210 — Broadwoven Fabric Mills
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Response Due
5/10/2024 3:00:00 PM
 
Archive Date
05/25/2024
 
Point of Contact
Jennifer Wheelis
 
E-Mail Address
jennifer.l.wheelis@usace.army.mil
(jennifer.l.wheelis@usace.army.mil)
 
Description
The U.S. Army Corp of Engineers, Sacramento District (SPK), intends to award a Firm-Fixed Priced Sole Source Contract Modification to Camenzind Dutra JV LLC, 792 Montrose Ave, Palo Alto, CA 94303 to procure erosion protection materials (biodegradable blocks and fabric) from RoLanka International Inc in order to provide the following brand name materials: RoLanka BioD Block 16-400 This Sole Source contract modification will be implemented under the existing USACE construction contract �Sacramento River Erosion Contract 4� (W9123823C0008). The biodegradable blocks and fabric are required to have the following salient characteristics: Unit Weight: 4.8lb/ft Block Size: Height 16-inches, Thickness 9-inches, Length 10-ft Fabric Length: Top 48-inches Bottom 75-iches Tensile Strength of Fabric: MD 1740lbs/ft, CD 1176lbs/ft Fabric Length at Female End: 6-inches Invisible plant holes: Each block has 9 holes placed in 12-inch spacing.� Each hole is covered with a coir plug. This will be awarded on a sole source basis under the authority of 10 U.S.C. 3204(a)(1) as implemented by DFARS 206.302-1(c) and FAR 6.302-1(a)(2) and 6302-1(c), Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. The applicable North American Industry Classification (NAICS) for this action is 313210 � Broadwoven Fabric Mills.� The size standard in number of employees is 1,000. In accordance with Federal Acquisition Regulation (FAR) 36.204(c), the magnitude of construction is between $100,000 and $250,000. THIS IS NOT A REQUEST FOR COMPETATIVE PROPOSALS.� No solicitation package is available and telephone inquiries will not be honored.� This is a notice of intent to award a sole source action; however, all interested persons that identify to the Contracting Officer their intent and capabilities to satisfy the Government�s requirement received by no later than 10 May 2024 at 3:00PM (PT) will be considered.� A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Responses or questions pertaining to the notice should be submitted by e-mail to the Contracting Officer, Jennifer Wheelis, at Jennifer.L.Wheelis@usace.army.mil.� E-mails sent shall reference this Special Notice posting.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/62fa9325baef41de9a14759c14a541aa/view)
 
Place of Performance
Address: Sacramento, CA, USA
Country: USA
 
Record
SN07052502-F 20240505/240503230036 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.