Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2002 FBO #0284
SPECIAL NOTICE

99 -- REPAIR & ALTERATION OF REAL PROPERTY

Notice Date
9/10/2002
 
Notice Type
Special Notice
 
Contracting Office
US Army Corps of Engineers, Huntsville - Military Works, P. O. Box 1600 , Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
USA-SNOTE-020910-002
 
Description
NA 1. THE U. S. ARMY ENGINEERING & SUPPORT CENTER, HUNTSVILLE, ALABAMA, INTENDS TO AWARD A MODIFICATION TO VANGUARD CONTRACTORS, INC., INCREASING THE ORDERING CAPACITY OF CURRENT CONTRACT DACA87-97-D-0052 FOR FACILITY REPAIR AND REHABILITATION IN SUPPORT OF G OVERNMENTAL INSTALLATIONS AND FACILITIES THROUGHOUT THE UNITED STATES, POC Glenda C. Humphrey, (256)-895-1133, Contract Specialist or Donna L. Bliss, (256)-895-1241, Contracting Officer. Description: The U. S. Army Engineering & Support Center, Huntsvill e, intends to modify the current contract by increasing the ordering capacity by $10,000,000.00 to provide facility repair and rehabilitation at various facilities throughout the United States. The services to be provided under this modification will rema in consistent with the Scope of Work and nature of the original statement of work for the Contract (DACA87-97-D-0052). The existing contract was awarded under full and open competition and provided for the issuance of firm-fixed price and time and materia l task orders. The current contract ceiling was based upon our projections for customer requirements at the time. It is now clear that the potential magnitude of programmatic support was far greater than our projections at the time of contract planning a nd award. There is no way this office could have foreseen the drastic increase in requirements that have occurred in the current year. The increase in contract value is based on the unforeseen volume of project requests that have been realized up to this point of the contract life. This office is currently involved in the evaluation phase to award replacement contracts. The acquisition strategy for the programmatic support contracts will provide multiple award ID/IQ contracts to cover five years. However, for this specific request, the unique, prior experience and involvement of the current contractor, the need for facility repairs and renovations, and the requirement for modification of existing task orders, the authority 10 U.S.C. 230 4(c)(1) as implemented by Federal Acquisition Regulation (FAR) Section 6.302-1(a)(2)(iii) is applicable: Only one reasonable source and no other supplies or services will satisfy agency requirements when supplies or services may be deemed to be available only from the original source in the case of a follow-on contract for the continued development of production of a major system or highly specialized equipment and award to any other source would result in (a) substantial duplication of cost to the Governm ent that is not expected to be recovered through competition or (b) unacceptable delays in fulfilling the agency?s requirement. Due to the unique, prior experience and involvement of the current contractor, the need for facility repairs and renovations and the requirement for modification of existing task orders, the sole source award (modification to increase the ordering capacity ) to Noresco LLC is justified because to do otherwise would result in substantial duplication of cost and unacceptable delays. This notice is not a formal solicitation. The synopsis of intent to award a sole source is not a request for proposal (RFP). The Government will NOT reimburse the contractor for any cost associated with preparing or submitting a response to this notice. Offerors who can demonstrate the necessary experience and expertise and who can provide the U. S. Army Engineering and Support Center, Huntsville, with the above services in the time frame required and without substantial duplication of cost to the Govern ment, are invited to submit in writing an affirmative response which includes applicable pricing and any information indicating a bona fide ability to meet these specific requirements. All responsible sources may respond to this synopsis, and all such res ponses will be considered by the agency. Response should include business size, NAICS 541330. If no written responsive sources are received with fifteen (15) calendar days, a modification will be awarded. Written inquiries may be e-mailed to Glenda.Humphrey@HND01.usace.army.mil or Donna.L.Bliss@HND01.usace.army.mil or directed to Glenda Humphrey, Contract Specialist, Fax No. (256)-895-1141. See numbered Note 22 (Applicable response time is 15 days)
 
Record
SN00162561-W 20020912/020910213722 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.