Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2011 FBO #3450
SPECIAL NOTICE

C -- NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT TO HATCH ASSOCIATES CONSULTANTS, INC. FOR FINITE ELEMENT ANALYSIS MODELING ARCHITECTURAL ENGINEERING SERVICES FOR CHICKAMAUGA LOCK

Notice Date
5/4/2011
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-11-D-0005
 
Archive Date
8/2/2011
 
Point of Contact
Isaac J. Taylor, 615-736-5679
 
E-Mail Address
USACE District, Nashville
(isaac.j.taylor@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a notice of intent to award a sole source contract to Hatch Associates Consultants, Inc. of Amherst, NY for highly specialized services to update the existing finite element analysis model of Chickamauga Lock for the effects of concrete expansion due to alkali-aggregate reaction (AAR), combined with other applicable loads (dead load, post-tensioning, hydrostatic, thermal, etc.). The work will require the Contractor to calibrate the existing model to measured deflections and stresses from existing data survey points, inverted pendulums, growth meters, crack meters, joint meters, slot movement measurements and tendon strain meters and an initial analysis of present structure behavior. Using the calibrated model, the Contractor shall conduct an analysis with the current lock configuration that evaluates an additional 10 years of AAR effects. This procurement has been approved for other than full and open competition under the authority of 10 U.S.C. 2304(c)(1), Federal Acquisition Regulation 6.302-1- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. It has been determined that the Government will incur substantial duplication of costs of approximately $850,000, for the AE services described above if not obtained by the continued provision of Hatch. The existing model is owned by Hatch and no other contractor can update, calibrate, or perform analysis using Hatch's proprietary model. Award to any Contractor other than Hatch to perform the described services would require the Contractor to develop a new model. From contract records it is evident the Nashville District USACE has incurred contract expenditures in excess of $720,000 for the development of the existing model. Similar costs would be incurred, that could not be recovered through competition, for the development of a new model. Since the development of the existing model, the Corps of Engineers has also expended approximately $130,000 on in-house labor verifying the accuracy of the model. These costs are computed using $1000 a day with 4 people looking at the various iterations of contracted models for over 30 days. A new model would also require similar costs for in-house labor to verify the accuracy of the model. In addition to these expenditures, the Tennessee Valley Association (TVA) has reported expending over $500,000 for the development of the existing model. It is therefore in the best interests to obtain the services described above by procuring from Hatch. The Federal Acquisition Regulations allow for the submission of capability statements from prospective offerors to show interest which shall be considered by the Nashville District U.S. Army Corps of Engineers. This is not a request for capability statements, proposals, bids, or quotations. However, the Nashville District U.S. Army Corps of Engineers will consider any capability statements, proposals, bids, or quotations submitted by all responsible sources. Depending on the evaluation result of the capability statements, the Contracting Officer will determine if this sole source action is justified or if a solicitation must be issued to interested firms. A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No requests for capability briefings will be honored as a result of this notice. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. If you choose to submit information, please provide past performance and references regarding your ability to provide this supply and service along with your statement of capability. The Government will not award a contract based on the information received, nor reimburse participants for information they provide. Information provided is strictly voluntary. Please email capability statements or proposals to James.E.Choate@usace.army.mil. Telephonic inquiries will not be honored. The closing date for submission of capability statements or proposals is May 19, 2011 at 7:00 AM Central Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-11-D-0005/listing.html)
 
Record
SN02439614-W 20110506/110504234813-2f14aef9b1c95260e2466cc606e1ee3d (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.