Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2009 FBO #2798
AWARD

Y -- RECOVERY--Y--Repair Signal Controllers & Mastheads Iraqi Freedom Drive, Fort Drum, NY

Notice Date
7/23/2009
 
Notice Type
Award Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Drum, ACA, Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
 
ZIP Code
13602-5220
 
Solicitation Number
EE-00036-9J
 
Response Due
7/21/2009
 
Archive Date
9/19/2009
 
Point of Contact
Cindy L. McAleese, 315-772-4112<br />
 
E-Mail Address
ACA, Fort Drum
(cindy.mcaleese@us.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W911S2-06-D-0006-0096
 
Award Date
7/17/2009
 
Awardee
Alutiiq Global Solutions LLC<BR>3033 South Parker Rd Ste 1111<BR>Aurora, CO 80014-2921<BR>
 
Award Amount
476,443.54
 
Line Number
2001
 
Description
This contract action was accomplished using other than competitive procedures because this is an order under an existing contract that was awarded using non-competitive procedures. This firm fixed price task order number 96 was awarded under Contract W911S2-06-D-0006 to Alutiiq Global Solutions LLC and funded by the American Recovery and Reinvestment Act (ARRA) of 2009. Rationale for this action is as follows: The existing contract is one of two contracts awarded under the authority of the SBA 8(a) program for repair, rehabilitation and construction services. The contract is one of the primary means of providing quick and responsive contract support to accomplish installation minor construction workload priorities and surges. To ensure the intent of the Recovery Act is met, this contract provides the most expeditious and efficient method of expending Recovery Act funds. Numerous subcontracting opportunities are associated with this contract. The work shall include all work in connection with removing the existing traffic signal and associated appurtenances, installing a new fully actuated traffic signal compliant with current NYSDOT/MUTCD standards, installing sign panels, boxing-out and installing 2 1/2 inches of NYSDOT Type 3 binder course on the road shoulders, milling road travel lanes to a depth of 1 1/2 inches, applying NYSDOT specified tack coat and 1 1/2 inches of NYSDOT Type 7F top course on the travel lanes and new road shoulders, installing 20-mill reflectorized pavement markings, and completing all necessary site restoration. The A & E Design Plan shall include a maintenance of traffic plan necessary for motorist and pedestrian safety during construction. The plan shall address maintenance of traffic for intersection control when the existing traffic signal is taken out of service through activation of the new traffic system.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ17/EE-00036-9J/listing.html)
 
Record
SN01885102-W 20090725/090724000024-700adf56c27c4b90dd8f720c7d1f1180 (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.