Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2010 FBO #3071
SPECIAL NOTICE

Z -- Notice of Intent to Award a Sole-Source Firm-Fixed Price Contract

Notice Date
4/20/2010
 
Notice Type
Special Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
 
ZIP Code
94103-1398
 
Solicitation Number
W912P7-10-N-0001
 
Archive Date
5/20/2010
 
Point of Contact
James E Garror, Phone: 415/ 503-6988, Shirley A. Turnbo, Phone: 415-503-6987
 
E-Mail Address
James.E.Garror@usace.army.mil, shirley.a.turnbo@usace.army.mil
(James.E.Garror@usace.army.mil, shirley.a.turnbo@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a special Notice of Intent to award a sole-source firm fixed price construction contract to Manson-Dutra Joint Venture (MDJV), 6 Hamilton Landing, Suite 110, Novato, CA. 94949. The award constitutes the utilization of a highly specialized dredged material offloading system anchored in San Francisco Bay. The justification for this sole source procurement is to avoid substantial duplication of mobilization costs that would not be recovered through competition. The original mobilization costs, which the Government seeks to avoid fully paying a second time were originally procured through full and open competition, and therefore has already met the standard for full and open competition. In this situation, acquisition of the various component parts of a similar offloading system could take as long as 24 weeks to obtain, which is well beyond the District's allowable schedule tolerance. The offloading system facilitates the placement of up to 1.1 million cubic yards of dredged material in each year of the contract from all of the pre-qualified federal and non-federal navigation projects at the Hamilton Wetlands Restoration Project (HWRP) site. There is no guarantee that all of the estimated maximum available amount of 1.1 million cubic yards will be placed each year of the contract because the amount is dependent on optimal environmental conditions and the availability of funds needed to dredge the projects that supply the dredged material. The proposed action is for construction services for which the government intends to solicit and negotiate with only one source, in accordance with FAR Part 6.302-1(a)(2)(iii)(A);10 U.S.C. 2304(c). Specifically, FAR 6.302-1(a)(2)(iii) provides that "For DOD, NASA, and the Coast Guard, services 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) Substandard duplication of cost to the government that is not expected to be recovered through competition. Only one responsible source and no other services will satisfy agency requirements. The intent of this procurement is to award based on sole source requirement. The anticipated date of award is June 30, 2010. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 and DFARS Change Notice 20100305, Standard Industrial Code 1629, North American Industry Classification Code 237990 and Size Standard of $33.5M apply to this procurement. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. All responses received within fifteen (15) days after date of publication of this notice will be considered by the Government. Interested persons may identify their interest and capability to respond to the requirements no later than 5:00 PM, May 5, 2010. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. A determination not to compete this requirement is solely within the discretion of the government. For questions concerning this Notice of Intent, contact Mr. James Garror, james.e.garror@usace.army.mil. No telephone requests will be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-10-N-0001/listing.html)
 
Record
SN02126564-W 20100422/100420234743-94f35bd2fe3fdfe0b569fac211245495 (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.