MODIFICATION
Z -- Modification to Extend Ordering Period for Current Medical Repair/Renewal contracts DACA87-03-D-0008, DACA87-03-D-0009, DACA87-03-D-0010, and DACA87-03-D-0011.
- Notice Date
- 12/13/2007
- Notice Type
- Modification
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- USA-SNOTE-071205-005
- Response Due
- 12/20/2007
- Archive Date
- 2/18/2008
- Point of Contact
- Donna Parker, 256-895-1241
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Huntsville
(donna.l.parker@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Huntsville Engineering and Support Center (CEHNC) intends to award modifications to its Medical Repair and Renewal (MRR) Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts extending each contracts ordering per iod consistent with the terms identified within this announcement. The MRR program requirements are currently executed via firm fixed price and/or time and materials task orders which are placed against four (4) ID/IQ contracts in order to provide quick r esponse for facility repair, renovation, conversion, alteration, additions, construction, equipment procurement / installation, and maintenance services on installed equipment/systems at Government installations and facilities. All current contract awards were made under full and open competition procedures. The ordering period for these contracts will expire in January 2008. As a result, CEHNC is developing its acquisition strategy and conducting pre-award functions for the follow-on MRR acquisitions, u nder NAICS code 236220. The solicitation(s) for the follow-on acquisitions were released in July 2007 with the projected awards to be made in Spring 2008. 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 Governments intention to modify the current MRR ID/IQ contracts to extend the ordering period by six (6) months with an additional three (3) month option period. On ce the follow-on acquisitions are awarded, ordering against the current contracts will cease. The Government will not exercise the additional three (3) month option should the follow-on acquisitions be awarded prior to the period in which the additional t hree (3) month option would be exercised. The current contracts which the Government intends to modify consistent with the terms identified within this announcement are as follows: DACA87-03-D-0008 (John J. Kirlin, Inc.), DACA87-03-D-0009 (BMAR and Associates), DACA87-03-D-0010 (J&J Maintenance, Inc.), and DACA87-03-D-0011 (Global Engineering and Construction, LLC). 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 the 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 one responsible source and no other services will satisfy re quirement. Unacceptable delays in fulfilling the agencys requirements would result given any other action due to current circumstances. Due to the unique prior 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 t he contract modifications after award. 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 fift een 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 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 identif ied above within the time frame required and without substantial duplication of cost to the Government. The statement shall include business size; ability to s elf-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 inquiries may be directed to Ms. Donna Parker via email at D onna.L.Parker@usace.army.mil or Mr. Adam Sunstrom via email at Adam.R.Sunstrom@usace.army.mil.
- Web Link
-
US Army Corps of Engineers, Huntsville
(http://www2.fbo.gov/spg/USA/COE/DACA87/USA%2DSNOTE%2D071205%2D005/donna.l.parker@usace.army.mil)
- Place of Performance
- Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Country: US
- Zip Code: 35807-4301
- Record
- SN01469607-W 20071215/071213225113 (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 |