Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2008 FBO #2356
SPECIAL NOTICE

99 -- Modification to Extend Ordering Period and Increase Contract Capacity for Current Facility Repair/Renewal contracts DACA87-02-D-0035, DACA87-03-D-0004, DACA87-03-D-0006, and DACA87-03-D-0007.

Notice Date
5/7/2008
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Huntsville, US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
HNC-08-SN-0001
 
Point of Contact
Julie A. Shaddock,, Phone: 2568951151
 
E-Mail Address
julie.a.shaddock@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Huntsville Engineering and Support Center (CEHNC) intends to award modifications to its Facility Repair and Renewal (FRR) Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts which will increase each contracts capacity and extend each contracts ordering period consistent with the terms identified within this announcement. The FRR 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 facility repair, renovation, conversion, alteration, additions, construction, equipment procurement / installation, and maintenance services on installed equipment/systems at Government installations and facilities. All current contract awards were made under full and open competition procedures. Modifications were executed in January 2008 to extend the contracts to 7 July 2008. The solicitation(s) for the follow-on acquisitions has been released and the awards are expected to be made in Summer 2008. Due to the lapse in coverage, it is necessary that the current contracts be extended to compensate for the period in which there would have been no contract coverage. Therefore, it is the Governments intention to modify the current FRR ID/IQ contracts to extend the ordering period by three (3) months option period. Once the follow-on acquisitions are awarded, ordering against the current contracts will cease. The programmatic capacity established at time of award of the current contracts was established at $355 million over a total possible five (5) year ordering period (one (1) base year and four (4) one-year option periods). This capacity was established 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 FRR contract/program data. Additionally, modifications were executed to increase the programmatic capacity to $425.4 million. Based on current in-house requirements, as well as other known requirements, it is necessary that the contracts again be modified to allow for additional capacity to cover the extended ordering period. Based upon future anticipated requirements and taking into consideration current known requirements, it is necessary that the Government modify the current contracts to increase the capacity by $30 million. 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: DACA87-02-D-0035 (BMAR and Associates), DACA87-03-D-0004 (RCI, Inc.) DACA87-03-D-0006 (Vanguard Contractors LLC) and DACA87-03-D-0007 (Ameresco Solutions, Inc.). The original basic contract Scope of Work for each contract award will remain unchanged. The Government intends to award the modifications to these contracts consistent 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, only one responsible source and no other services will satisfy based. Unacceptable delays in fulfilling the agencys requirements would result given any other action due to current circumstances. Due to the unique prior experience and involvement of the current contractors and the anticipated recurring need for facility repairs and 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. The Government will synopsize the contract modifications after award. Written inquiries may be directed to Ms. Donna Parker via email at donna.l.parker@usace.army.mil or Ms. Julie Shaddock via email at julie.a.shaddock@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f1f49048e637f6c832cb49aad72ce7b1&tab=core&_cview=1)
 
Record
SN01568570-W 20080509/080507220406-f1f49048e637f6c832cb49aad72ce7b1 (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.