Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2010 FBO #2980
SPECIAL NOTICE

C -- PROJECT TITLE AND LOCATION: MECHANICAL HOIST REDESIGN, Folsom Dam Joint Federal Project (JFP), Folsom Dam, CA

Notice Date
1/19/2010
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-10-0020
 
Archive Date
4/19/2010
 
Point of Contact
Harold Williamson, 916-557-5196
 
E-Mail Address
US Army Engineer District, Sacramento
(harold.williamson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This Notice Is Provided For Information Purposes Only. This Opportunity Is Available Only To The Contractor Under Notice Number W91238-10-R-0020. NOTICE OF INTENT - This is a notice of intent of the US Army Corps of Engineers, Sacramento District, CA, located at 1325 J Street CA 95814-2922 to negotiate a sole source award for a follow-on firm fixed price contract to MWH Americas Inc. 3321 Power Inn Rd Ste 300 Sacramento, CA 95826-3893 to redesign the bulkhead hoist assembly for the Folsom Dam. The original bulkhead gate hoist design was prepared by MWH Americas on an Indefinite Delivery Indefinite Quantity (IDIQ) task order. MWH provided a preliminary and then a final design for the bulkhead gate hoist system for the Control Structure construction contract. The final bulkhead hoist design was submitted on 7 May 2009 with MWH as the Engineer of Record. This work is for a revision to their existing design. This contract action will be accomplished using other than full and open competition procedures as authorized by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Authority Cited is 10 U.S.C. 2304 (c) (1). For DOD, Supplies may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition or (B) Unacceptable delays in fulfilling the agency requirements FAR 6.302-1 (a) (2) (iii) (B). 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 business days after the date of publication of this notice will be considered by the Government. A determination by the Government not to compete this proposed contract 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 within five business days and without substantial duplication of cost to the Government. If not received within the timeframe allotted no consideration will be given. The statement shall include business size; ability to self-perform work; layers of subcontracting; and any other information indicating a legitimate ability to meet these specific requirements. Statements should not exceed 5 pages in length. Written inquires may be directed to Harold Williamson via email at Harold.Williamson@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-10-0020/listing.html)
 
Record
SN02044444-W 20100121/100119234734-a6c1b8ab5a2a9408e7f21b8255d120db (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.