Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SPECIAL NOTICE

M -- RECOVERY--M--PROJECT NUMBER 8450, Jim Woodruff Lock and Dam, Lake Seminole, FL, AL & GA

Notice Date
8/16/2010
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-10-285
 
Archive Date
11/14/2010
 
Point of Contact
Paula Daily, (251) 441-6162
 
E-Mail Address
USACE District, Mobile
(paula.r.daily@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mobile District Corps of Engineers intends to issue a modification using Recovery Act funding to contract number W91278-05-C-0046, a competitively awarded Cost-Reimbursable Plus Award-Fee (CPAF) contract for the Operation and Maintenance of Government-Owned Facilities and Equipment, Woodruff/Seminole Site Office, Chattahoochee, Florida, 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 following work: Perform paving in EastBank Campground to include approximately 10,000 feet of developed roads. 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) A detailed scope of work can not be prepared. The extent of the work and the resources needed cannot be fully determined prior to starting the work, because conditions are different at each area. 2) The contractor is responsible for the complete inspection, maintenance, and repair of all project buildings and structures in 12 recreation areas, three operations areas, the Woodruff/Seminole Site Management Office, Jim Woodruff Powerhouse, as well as all equipment and vehicles to support the effort. 3) The scheduling, coordination, quality assurance and/or subcontracting for the work to be performed are within the scope of the original contract technical provisions and must be accomplished under the terms of the existing contract. 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 obstacles encountered during installation. 4) This contract enables repairs to begin immediately after and during inspections without a detailed scope of work and thus minimizes the time the facilities are closed and the impact on public access to camping and recreation during the busiest season of the year. The American Recovery and Reinvestment Act (ARRA) contains specific acquisition requirements that must be met when using appropriated funds from the Act, including the need for acquisitions to be in accordance with the FAR and, to the maximum extent practicable, awarded as fixed-price (FP) contracts 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. Also, sub-contracts will be awarded as fixed price and every attempt made to award to firms within the area. Furthermore, the existing Operation and Maintenance contractor has experienced personnel that are already on site and ready to perform the work. 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 consistent with Agency plans that promote the goals of the ARRA.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-10-285/listing.html)
 
Record
SN02242437-W 20100818/100816235600-043d3fd86c9cef0ae810809a6b75525d (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.