Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SPECIAL NOTICE

M -- RECOVERY--M--MODIFICATION NOTICE - REPLACE POWERHOUSE ROOF - WEST POINT POWERHOUSE, OPERATION AND MAINTENANCE OF GOVERNMENT-OWNED FACILITIES AND EQUIPMENT, WEST POINT, GEORGIA

Notice Date
7/15/2009
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
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
W91278-09-106-ARRA
 
Archive Date
10/13/2009
 
Point of Contact
Helene Mitchell, 2514416531<br />
 
E-Mail Address
US Army Engineer District, Mobile
(helene.s.mitchell@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY THIS NOTICE IS FOR PROVIDED FOR INFORMATION PURPOSES ONLY. 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 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 add the requirement to replace existing flat membrane, rock covered roof with a pitch metal roof that has a 50+ year life expectancy at the West Point Powerhouse. 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 prepared the specifications and drawings for the new roof in 2008 but actual replacement of the roof was delayed due to lack of funds. 2) Acquisition strategy meetings held prior to ARRA funding determined existing contractor would be responsible for installing the new roof. 3) The contractor has experience from replacing roofs at Jim Woodruff Powerhouse and George G. Andrews Powerhouse. 4) The contractor has experience with working around power generation schedules due to the operation of rotating equipment. 5) The contractor has experience with working around the existing contractor whos performing on-site rehabilitation of generator units 2 and 3. 6) The contractor has experience in working around high voltage equipment, arc flash hazard, and suspended platforms. 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 circumstance encountered during the job. 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/W91278-09-106-ARRA/listing.html)
 
Record
SN01875908-W 20090717/090715235620-c6741369c21f79ad38a0255354c4f50e (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.