Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 15, 2024 SAM #8328
SPECIAL NOTICE

C -- Design Services - Big John Salvage Superfund Site

Notice Date
9/13/2024 1:04:14 PM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
W072 ENDIST BUFFALO BUFFALO NY 14207-3199 USA
 
ZIP Code
14207-3199
 
Solicitation Number
W912P4-NOI-BJSDS
 
Response Due
9/27/2024 12:00:00 PM
 
Archive Date
10/12/2024
 
Point of Contact
Jenna Grainer, Phone: 7169541841, Frank D'Andrea, Phone: 7168794245
 
E-Mail Address
jenna.n.grainer@usace.army.mil, frank.j.dandrea@usace.army.mil
(jenna.n.grainer@usace.army.mil, frank.j.dandrea@usace.army.mil)
 
Description
THIS IS A NOTICE OF INTENT TO SOLE SOURCE, NOT A REQUEST FOR PROPOSAL. The U.S. Army Corps of Engineers, Buffalo District intends to negotiate and award a firm-fixed price contract on a non-competitive basis in accordance with FAR 6.302-1(a)(2)(iii) based on only one responsible source and no other supplies or services being able to satisfy agency requirements. The Government requires additional Architect-Engineering design services for the Big John Salvage � Hoult Road Superfund Site in Fairmont, WV, which are currently being performed by Tetra Tech, Inc.� The current task order was awarded in February 2023, with a completion date of 29 February 2028. Tetra Tech, Inc. is the designer of record (DoR), preparing design reports to implement non-time critical removal actions at the Uplands and River Areas of the Big John Salvage Superfund Site.� The Government intends to negotiate and award a sole source contract to Tetra Tech, Inc. for additional design services related to updates and changes needed for the design of the removal actions. �It is anticipated this increase will allow future considerations to be incorporated into the removal design reports being prepared for the Site. The intent of this action is to minimize delays to ongoing removal design activities and eliminate duplication of costs.� This need to sole source is due to the base contract lacking contract capacity to accommodate the costs associated with the design updates and changes.� The NAICS is 541330 � Engineering Services. This contract action will be justified in accordance with FAR 6.302-1(a)(2)(iii): (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition; and (B) Unacceptable delays in fulfilling agency�s requirements. (See 10 U.S.C 3204(b)(B)).� The justification will be made publicly available within 14 days of contract award.�� If industry has any comments on the Government�s intent, please forward them by 27 September 2024, to frank.j.dandrea@usace.army.mil and jenna.n.grainer@usace.army.mil.� Supporting evidence must be in sufficient detail to demonstrate the ability to comply with the requirement and minimize delays and duplicative costs. Responses received will be evaluated, however, a determination by the government to compete the proposed procurement based on responses to this notice is solely within the discretion of the Government. This is not a request for proposal or request for capability statements.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8b45293ff8a342219b5d06723c1dc502/view)
 
Place of Performance
Address: Fairmont, WV 26554, USA
Zip Code: 26554
Country: USA
 
Record
SN07210401-F 20240915/240913230116 (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.