Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2007 FBO #1998
SPECIAL NOTICE

99 -- Modification to Extend Ordering Period for U.S. Army Corps of Engineers Energy Savings Performance Contracts (ESPCs)

Notice Date
5/15/2007
 
Notice Type
Special Notice
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
USA-SNOTE-070515-003
 
Archive Date
8/13/2007
 
Description
The U.S. Army Corps of Engineers, Huntsville Engineering and Support Center (CEHNC) intends to award modifications to its Indefinite Delivery/Indefinite Quantity (ID/IQ) Energy Savings Performance Contracts which will extend each contract ordering pe riod consistent with the terms identified within this announcement. The ESPC program requirements are currently executed via task orders which are placed against thirteen (13) ID/IQ contracts in order to award energy savings projects for Government instal lations and facilities located within the United States. All current contract awards were made under full and open competition procedures and were awarded in fiscal year 1997. The ordering period for these contracts will expire in the next 2-3 months. A s a result, CEHNC is developing its acquisition strategy and conducting pre-award functions for the follow-on ESPC acquisitions, under NAICS codes 561210 and 541330. The draft solicitation(s) and pre-solicitation conference for the follow-on acquisitions are anticipated to be released/conducted in early FY08. Due to the lapse in coverage, it is necessary that the current contracts be extended to compensate for the period in which there would have been no contract coverage. Therefore, it is the Government s intention to modify the current ESPC ID/IQ contracts to extend the ordering period by 1 year. Once the follow-on acquisitions are awarded, ordering against the current contracts will cease. The programmatic capacity established at time of award of the current contracts was established at $3 billion over a (10) year ordering period (one five year base period and one five year option period). This capacity was established prior to the award of the contracts based on an analysis of the type of work requ ired, anticipated workload, effects on competition, and the capability of small businesses to compete for the required work. The remaining capacity for each contract award is adequate to execute the Governments requirements during the extended ordering p eriod. As a result, the proposed modifications will not increase contract capacity. The current contracts which the Government intends to modify consistent with the terms identified within this announcement are as follows: DACA87-97-D-0060 (Ameresco Ser vices, a large business), DACA87-97-D-0062 (Co-Energy, a small business), DACA87-97-D-0063 (Noresco, a large business), DACA87-97-D-0064 (Honeywell, a large business), DACA87-97-D-0065 (Noresco, a large business), DACA87-97-D-0066 (Sempra Energy, a large b usiness), DACA87-97-D-0067 (Ameresco, a large business), DACA87-97-D-0068 (Select Energy, a large business), DACA87-97-D-0069 (Johnson Controls, a large business), DACA87-97-D-0071 (Pepco, a large business), DACA87-97-D-0072 (Xenergy), DACA87-97-D-0073 (Ch evron Texaco, a large business), DACA87-97-D-0074 (Abacus, a small business). The original basic contract Scope of Work for each contract award will remain unchanged. The Government intends to award the modifications to these contracts consistent with th e terms identified within this announcement upon the basis of the authority provided in 10 U.S.C 2304(c)(1) and implemented by FAR 6.302-1, only a limited number of responsible sources and no other services will satisfy agency requirements. Unacceptable d elays in fulfilling the agencys requirements would result given any other action due to current circumstances. Due to the unique prior ESPC experience and involvement of the current contractors and the anticipated recurring need for facility repairs and renovations, the actions proposed within this announcement are justified. The Government will support the proposed actions by written justifications and obtain appropriate approval prior to proceeding. The Government will synopsize the contract modificat ions after award. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for compe titive proposals. However, all capability statements received within fifteen days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon re sponses 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 demonstra te the offerors experience and expertise to provide the services identified above within the time frame required and without substantial duplication of cost to the Government. The statement shall include pricing information which includes profit rate, ove rhead rate, G&A rate, project management and support personnel rates; business size; ability to self-perform work; layers of subcontracting and associated mark-ups; ability to provide all services, equipment, and construction at its own expense and the abi lity to obtain the necessary financial resources for these services at no upfront or lump sum cost to the Government; and any other information indicating a legitimate ability to meet these specific requirements. Statements should not exceed 5 pages in le ngth. Statements and/or written inquiries may be directed to Mr. Earl Johnson via email at Earl.W.Johnson@hnd01.usace.army.mil.
 
Record
SN01295159-W 20070517/070515221300 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.