Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2009 FBO #2768
SPECIAL NOTICE

M -- RECOVERY--M--MODIFICATION NOTICE - OPERATION AND MAINTENANCE OF GOVERNMENT-OWNED FACILITIES AND EQUIPMENT, ALLATOONA LAKE, CARTERSVILLE, GEORGIA

Notice Date
6/23/2009
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Mobile, US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-09-83-ARRA
 
Archive Date
9/21/2009
 
Point of Contact
Helene Mitchell, 2514416531<br />
 
E-Mail Address
US Army Engineer District, Mobile
(helene.s.mitchell@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. The Mobile District Corps of Engineers intends to issue a modification using Recovery Act funding to contract number W91278-08-C-0013, a competitively awarded Cost-Reimbursable Plus Award-Fee contract for the Operation and Maintenance of Government-Owned Facilities and Equipment, Allatoona Lake Project, Cartersville, Georgia, awarded to R&D Maintenance Services, Inc., P.O. Box 815 Hennessey, OK. Utilizing American Recovery and Reinvestment Act funds, the modification will increase the level of effort originally contracted for, to add the following work: 1) The contractor will upgrade selected septic systems from vault type to field line systems. This work will be accomplished in Clark North and Clark South campgrounds; 2) Removal of existing bathroom facilities at McKinney campground, (AL-22, AL-22A, AL-22B, AL-22C, and AL-23), filling in or removing septic vaults and preparing sites for new pre-fabricated bathroom/shower house facilities; 3) The contractor will also install new energy efficient heaters in Victoria Day Use Area and Victoria Campground bathrooms; 4) The contractor shall install utilities for a new bathroom at Payne boat ramp. This will require excavating a trench for the water line, connecting to the existing water line, constructing a new septic system, and having the power company connect an electrical meter and service in this area; 5) The contractor shall furnish an oil water separator, complete with building for the purpose of complying with federal standards for water run off. This system is intended to be utilized for the washing of Government vehicles and equipment; 6) The contractor shall provide utilities and site work for six pre-fabricated gatehouses. This shall include septic system installation, having utilities in place, and having connections in an area acceptable to the building manufacturer. The areas included are Galts, Victoria Day Use, Blockhouse, McKaskey, Tanyard Boat Ramp, and Stamp Creek Campground. 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 existing contract. This 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 individual site. 2) The contractor is responsible for the complete inspection, maintenance, and repair of all project buildings and structures in the Allatoona recreation area. 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 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 assess 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 funds appropriated by the Act. Acquisitions must comply with FAR, and to the maximum extent practicable, be awarded under competitive procedures as fixed-price (FP) contracts. The Mobile District intends to use the current CPAF contract to meet its requirements. Though not a FP contract, it was awarded competitively as a small business set aside. 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. Furthermore, the existing Operation and Maintenance contractor has experienced personnel that are already on site and ready to perform the work. Accordingly, it is deemed to be in the best interest of the government and in compliance with the goals of the Recovery Act to use the existing Operation and Maintenance contract to accomplish the requirements listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-09-83-ARRA/listing.html)
 
Record
SN01854043-W 20090625/090624000923-38321ffee53d21fc496361f3c91c8a14 (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.