Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2008 FBO #2327
SPECIAL NOTICE

99 -- MODIFICATION TO EXTEND ORDERING PERIOD AND INCREASE CONTRACT CAPACITY FOR CURRENT MEDICAL REPAIR/RENEWAL CONTRACTS DACA87-03-D-0009, DACA87-03-D-0010, DACA87-03-D-0011 and DACA87-03-D-0008

Notice Date
4/8/2008
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Archive Date
7/7/2008
 
Point of Contact
Michael Duffy, 256-895-1793
 
Description
General Information Document Type: Special Notice Classification Code: Y Construction of Medical Structures and Facilities NAICS Code: 236220 Commercial and Institutional Building construction Contracting Office Address U. S. Amy Corps of Engineers, 4820 University Square, Huntsville, AL 35816 Description The U.S. Army Corps of Engineers, Huntsville Engineering and Support Center (CEHNC), intends to award modifications to its Medical Repair and Renewal (MRR) Indefinite Delivery/Indefinite Quantity (ID/IQ) Contracts which will increase the programmatic capacity. The MRR Program requirements are currently executed via Firm-Fixed Price and/or Time and Materials Task Orders which are placed against four (4) ID/IQ Contracts in order to provide quick response for Medical Repair, Renovation, Conversion, Alteration, Additions, Construction, Equipment Procurement, Installation and Maintenance services on installed equipment/services at Government Medical installations and facilities. All current contracts were made under full and open competition procedures. The contracts were awarded in Fiscal Year 2003. The ordering period for these contracts will expire in July 2008. As a result, CEHNC has developed its acquisition strategy and is in the process of conducting pre-award functions for the follow-on MRR acquisitions under NAICS Code 236220. The solicitation(s) for the follow-on acquisitions were released in July 2007, and the awards are scheduled to be made in Summer 2008. The programmatic capacity for the current MRR contracts was awarded at $500,000,000.00 for a possible five (5) year ordering period (one (1) base year and four (4) one-year option periods). This capacity wasestablished prior to the award of the contracts based on an analysis of the type of work required, anticipated workload, effects on competition, the capability of small businesses to compete for the required work and upon historical MRR contract/program data. The MRR customers have critical medical facility requirements that must be performed. The patient care at many of these facilities is inadequate for their service members due to the failing and failed facilities, systems and equipment. Many of these facilities support wounded and disabled service members returning from the Global War on Terrorism. Patient care requirements at these facilities have increased due to the effects of the Global War on Terrorism. Due to these unanticipated conditions, the original capacity was inadequate to complete the increase in requirements. As a result, it is necessary that the contracts be modified to allow for additional capacity to cover the ordering period. Based upon future anticipated requirements, it is necessary that the Government modify the current contracts to increase the programmatic ceiling by $78,500,000.00 which would result in a total programmatic ceiling of $578,500,000.00. The Government reserves the right to unilaterally modify the capacity of each contract award, within the Governments sound discretion, in order to adjust for changes in performance capabilities. Upon award of the follow-on acquisitions, new task orders will not be placed against the current contracts despite any remaining capacity. The current contracts which the Government intends to modify consistent with the terms identified within this announcement are as follows: DACA87-03-D-0008 (John J. Kirlin); DACA87-03-D-0009 (BMAR & Associates LLC); DACA87-03-D-0010 (J&J Maintenance); and DACA87-03-D-0011 (Global Engineering & Construction LLC, Small Business). The original basic contract Scope of Work for each contract award will remain unchanged. The Government intends to award the modifications to these contractsconsistent with the terms identified within this announcement upon the basis of the authority provided in 10 U.S.C.2304(c)(1) and implemented by FAR 6.302-1(a)(2), only one responsible source and no other services will satisfy. Unacceptable delays in fulfilling the agencys requirements would result, given any other action due to current circumstances. Due to the unique prior MRR experience and involvement of the current contractors and the anticipated recurring need for Medical Facility Repair/Renovations, the actions proposed within this announcement are justified. The Government will support the proposed actions by written justifications and obtain appropriate approval prior to proceeding. Interested persons may identify their interest and capability to respond to the requirement. This Notice of Intent is not a request for competitive proposals. However, all capability statements received within fifteen days after the publication of this Notice of Intent will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this Notice of Intent is solely within the discretion of the Government. Capability Statements submitted should demonstrate the offerors experience and expertise to provide the services identified above within the time frame required and without substantial duplication of cost to the Government. Statements should not exceed five (5) pages in length. Statements and/or written inquiries may be directed to Mrs. Donna Parker via e-mail at Donna.l.parker@usace.army.mil or Mrs. Glenda Humphrey via e-mail at Glenda.c.humphrey@usace.army.mil. Point of Contact Glenda Humphrey, 256-895-1133 E-mail your questions to U.S. Army Corps of Engineers, Huntsville at Glenda.c.humphrey@usace.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c57120f4d6c335fd58856924b005f3b4&tab=core&_cview=1)
 
Record
SN01549634-W 20080410/080408222611-c57120f4d6c335fd58856924b005f3b4 (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.