Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2006 FBO #1690
SPECIAL NOTICE

99 -- Intent to increase programmatic ordering capacity for Facility Repair and Renewal (FRR)

Notice Date
7/11/2006
 
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
 
Solicitation Number
USA-SNOTE-060711-001
 
Archive Date
10/9/2006
 
Description
The U. S. Army Engineering & Support Center, Huntsville, Alabama, intends to award modifications increasing the programmatic ordering capacity of current contracts for Facility Repair and rehabilitation in support of Governmental installations and fa cilities throughout the United States, POC Charles D. Miller, (256)-895-1399, Contracting Officer or Donna L. Parker (256)-895-1241, Contracting Officer. Description: The U. S. Army Engineering & Support Center, Huntsville, intends to modify the current c ontracts by increasing the programmatic ordering capacity by $66,000,000.00 to provide facility repair and rehabilitation at various facilities throughout the United States. The services to be provided under this modification will remain consistent with t he Scope of Work and nature of the original statement of work for contracts: DACA87-02-D-0035 BMAR , DACA87-03-D-0004 RCI, DACA87-03-D-0005 Global Engineering, DACA87-03-D-0006 Vanguard Contractors, DACA87-03-D-0007 Ameresco. The existing contracts were a warded under full and open competition and provided for the issuance of firm-fixed price and time and material task orders. The current programmatic capacity was based upon our projections for customer requirements at the time. It is now clear that the po tential magnitude of programmatic support was far greater than our projections at the time of contract planning and award. There is no way this office could have foreseen the drastic increase in requirements that have occurred in the current year, due in large part to Hurricane Katrina recovery support. This office is currently involved in the pre-solicitation phase to award replacement contracts. The acquisition strategy for the programmatic support contracts will provide multiple award IDIQ contracts t o cover five years. However, for this specific request, the unique, prior experience and involvement of the current contractors, 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 is applicable: Only one reasonable source and no other services will satisfy agency requirements and award to any other source would result in (a) substantial duplic ation of cost to the Government that is not expected to be recovered through competition or (b) unacceptable delays in fulfilling the agencys requirement. Due to the unique, prior experience and involvement of the current contractors, the need for facili ty repairs and renovations and the requirement for modification of existing task orders, the sole source award (modification to increase the programmatic ordering capacity) to the current contractors, is justified because to do otherwise would result in su bstantial 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 respondents for any costs incurred in p reparation of response to this sources sought announcement. The 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 re quired and without substantial duplication of cost to the Government, are invited to submit in writing an affirmative response which includes pricing, to include profit rate, overhead rate, G&A rate, project management and support personnel rates, ability to self-perform work, layers of subcontracting and associated mark-ups, and any information indicating a bona fide ability to meet these specific requirements. All responsible sources may respond to this synopsis, and all such responses will be considered by the agency. Written responses should include business size. NAICS 236220 Commercial & Institutional Building Construction. The small business size standa rd is $31 million. If no written responses from well-qualified sources are received within fifteen (15) calendar days, a modification will be awarded. Written inquiries may be e-mailed to charles.d.miller@usace.army.mil or donna.l.parker@usace.army.mil o r directed to Charles D. Miller, Contracting Officer, Fax No. (256)-895-1141. See numbered Note 22 (Applicable response time is 15 days).
 
Web Link
US Army Engineering and Support Center
(http://www.hnd.usace.army.mil/)
 
Record
SN01086607-W 20060713/060711221227 (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  © 1994-2020, Loren Data Corp.