Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SPECIAL NOTICE

Y -- Modification to Extend Ordering Period for contracts W91278-04-D-0033, W91278-04-D-0034 and W91278-04-D-0036.

Notice Date
4/17/2009
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Mobile, 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
W91278-09-L-0000
 
Archive Date
7/16/2009
 
Point of Contact
Terricka D. Leonard, 251-441-6500<br />
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Mobile District (CESAM) intends to award modifications to the following Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts extending each contracts ordering period consistent with the terms identified within this announcement. The program requirements are currently executed via firm fixed price task orders which are placed against three (3) ID/IQ contracts in order to provide Supplies and Construction Services with Design Capabilities in South America, primarily in Colombia. All current contract awards were made under full and open competition procedures. The ordering period for these contracts will expire in May 6, 2009. As a result, CESAM has developed an acquisition strategy and is conducting pre-award functions for the follow-on acquisitions, under NAICS code 236220. The solicitation for the follow-on acquisitions was released in Mar 2009 with the projected awards to be made in Summer 2009. 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 ID/IQ contracts to extend the ordering period by six (6) months. The programmatic capacity for each contract is $20 million encompassing a total possible five (5) year ordering period (one (1) base year and four (4) one-year option periods). This capacity was established 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 program data. The Government reserves the right to unilaterally modify the ordering period of each contract award, within the Governments sound discretion, in order to adjust for changes in performance capabilities. The current contracts which the Government intends to modify consistent with the terms identified within this announcement are as follows: W91278-04-D-0033 (Contracting, Consulting, Engineering, LLC), W91278-04-D-0034 (E.E.I.I., LTDA) and W91278-04-D-0036 (Engage Joint Venture). 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 the Governments requirements. 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 these construction services, 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. 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 date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should demonstrate the offerors experience and expertise to provide the services identified above in South America within the time frame required and without substantial duplication of cost to the Government. The statement shall include pricing information which includes profit rate, overhead rate, G&A rate, project management and support personnel rates; business size; ability to self-perform work; layers of subcontracting and associated mark-ups; and any other information indicating a legitimate ability to meet these specific requirements. Statements should not exceed 5 pages in length. Written inquiries may be directed to Ms. Melinda Bramlett via email at Melinda.H.Bramlett@usace.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=71a49059de8bbb1b6ee143f4bb8ce6fa&tab=core&_cview=1)
 
Record
SN01796109-W 20090419/090417220540-71a49059de8bbb1b6ee143f4bb8ce6fa (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.