Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SPECIAL NOTICE

M -- RECOVERY--M--MODIFICATION NOTICE - REPAIR AND REPAINT SPILLWAY GATES AND OPERATING MACHINERY, COFFEVILLE, HOLT, AND BANKHEAD DAMS, OPERATION AND MAINTENANCE OF GOVERNMENT-OWNED FACILITITES AND EQUIPMENT, BWT/ALABAMA COOSA PROJECTS, TUSCALOOSA, AL

Notice Date
8/4/2009
 
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
W91278-09-137-ARRA
 
Archive Date
11/2/2009
 
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 PROVIDED FOR INFORMATION PURPOSES ONLY. Using Recovery Act funding, the Mobile District Corps of Engineers intends to issue a modification to contract number W91278-06-C-0038, a competitively awarded Cost-Reimbursable Plus Award-Fee contract for the Operation and Maintenance of Government-Owned Facilities and Equipment, Black Warrior and Tombigbee Waterway and Alabama River System, Tuscaloosa, Alabama, awarded to R&D Maintenance Services, Inc., P.O. Box 815, Hennessey, Oklahoma. The contractor will: De-water, clean, inspect, repair, and paint spillway gates at Coffeeville, Holt, and Bankhead Dams; provide for the remote operation of spillway gates at Bankhead; and replace/install approximately 10,050 of galvanized steel handrail at Coffeeville, Demopolis, Selden, Holt, and Bankhead Lock and Dams. This work is within the scope of the original contract technical provisions and includes making necessary repairs to steel, concrete, seals, cathodic systems, hydraulic systems, buildings, locks, and dams. Contract clauses required for projects involving Recovery Act funds have been incorporated into the existing contract. This existing contract must be used because: 1) The contractor must work in conjunction with government operated floating plant and personnel in order to set stop logs to de-water the structures and move equipment into position. 2) A detailed scope of work can not be prepared. The extent of the work and the resources needed can not be fully determined prior to setting the stop logs, de-watering, cleaning to remove scum, silt, and debris, and inspection. 3) The required repairs could be extensive and require specialized expertise and equipment. The amount and type of necessary repairs cannot be determined prior to the closure and inspections. 4) This contract enables repairs to begin immediately after and even during the inspections without a detailed scope of work so as to minimize the time the facilities are closed thus minimizing the impact on management of water levels and flows. The American Recovery and Reinvestment Act (ARRA) contains specific acquisition requirements that must be met when using Recovery Act funds, including compliance with the Federal Acquisition Regulation, and, to the maximum extent practicable, making fixed-price (FP) contract awards using competitive procedures. However, the Office of Management and Budget's guidance allows for the use of other than FP contracts. Although Mobile District's contract was not awarded as a FP contract, it was awarded competitively as a small business set aside, and 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. The existing Operation and Maintenance contract has experienced personnel and documented performance to mitigate the Government's risk. In order to meet the requirements of the Act in the most prudent business manner within the time constraints imposed, existing Operation and Maintenance contracts are the most appropriate contractual vehicles for the work anticipated under this modification.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-09-137-ARRA/listing.html)
 
Record
SN01897913-W 20090806/090804235216-a55a5ef16972d125b5297b5882cf3b5a (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.