Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2010 FBO #2974
SPECIAL NOTICE

M -- RECOVERY--M--PROJECT NUMBER 19710, West Point Dam and Lake, GA & AL INCREASE COSTS TO REPLACE SHINGLE ROOFING WITH METAL ROOFING ON SEVEN (7) PICNIC SHELTERS, OPERATION AND MAINTENANCE OF GOVERNMENT-OWNED FACILITIES AND EQUIPMENT, WEST (See Desc)

Notice Date
1/13/2010
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-10-072-ARRA
 
Archive Date
4/13/2010
 
Point of Contact
Helene Mitchell, 2514416531
 
E-Mail Address
US Army Engineer District, Mobile
(helene.s.mitchell@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
(Subject Continued) POINT LAKE, GEORGIA RECOVERY - PER FAR 5.7 THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY; THEREFORE FAR 5.203 DOES NOT APPLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTOR(S) UNDER THE CURRENT CONTRACT NUMBER(S): Anderson Construction Company, W91278-06-C-0003 The Mobile District Corps of Engineers intends to issue a modification to contract number W91278-06-C-0003, a competitively awarded Cost-Reimbursable Plus Award-Fee (CPAF) contract for the Operation and Maintenance of Government-Owned Facilities and Equipment, West Point Project, West Point Georgia, awarded to Anderson Construction Company, 58 Crozier Lane, Fort Gaines, Georgia. Utilizing American Recovery and Reinvestment Act funds, the modification will increase the level of effort originally contracted for to continue with the requirement to Replace shingle roofing with metal roofing on seven (7) picnic shelters. This work is within the scope of the original contract technical provisions and includes maintaining and repairing buildings, structures, facilities, and their mechanical, electrical, plumbing, sewage and water systems. Contract clauses required for projects involving Recovery Act funds have been incorporated into the existing contract. The existing contract must be used for the following reasons: 1) The contractor is already in the midst of the job and this modification is to add funding needed to complete the work. 2) The contractor is responsible for the complete inspection, maintenance, and repair of all project buildings and structures in 31 recreation areas, three operations areas, and the Project Management Office. 3) The scheduling, coordination, quality assurance and/or subcontracting for the work to be performed are within the scope of the original contract technical provisions and must be accomplished under the terms of the existing contract. The incumbent contractor not only has the management, technical, and administrative skills to efficiently and effectively accomplish this work at a reasonable cost, but also the advantage of the flexibility to readily adjust to any unforeseen obstacles encountered during installation. 4) This contract enables repairs to begin immediately after and during inspections without a detailed scope of work and thus minimizes the time the facilities are closed and the impact on public access to camping and recreation during the busiest season of the year. The American Recovery and Reinvestment Act (ARRA) contains specific acquisition requirements that must be met when using funds appropriated by the Act. Acquisitions must comply with FAR, and to the maximum extent practicable, be awarded under competitive procedures as fixed-price (FP) contracts. The Mobile District intends to use the current CPAF contract to meet it requirements. Though not a FP contract, it was awarded competitively as a small business set aside. The contract type was selected to provide the contractor with the greatest incentive for efficient and economical performance, given the types of services to be performed. Furthermore, the existing Operation and Maintenance contractor has experienced personnel that are already on site and ready to perform the work. Accordingly, it is deemed to be in the best interest of the government and in compliance with the goals of the Recovery Act to use the existing Operation and Maintenance contract to accomplish the requirements listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-10-072-ARRA/listing.html)
 
Record
SN02040944-W 20100115/100113234422-0358fe49573e3394d33d0bd3627181d6 (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.