SPECIAL NOTICE
M -- RECOVERY--M--PROJECT NUMBER 111604,MODIFICATION NOTICE,INSTALL SECURITY EQUIPMENT INSIDE POWERHOUSE AND INSTALL & PROGRAM FENCE SENSOR WIRE OUTSIDE POWERHOUSE, OPERATION AND MAINTENANCE OF GOVERNMENT-OWNED FACILITIES AND EQUIPMENT, WEST POINT, GA
- Notice Date
- 10/14/2009
- Notice Type
- Special Notice
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- 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
- W91278-10-004-ARRA
- Archive Date
- 1/12/2010
- Point of Contact
- Helene Mitchell, 2514416531
- 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 FOR PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO THE CONTRACTOR UNDER W91278-06-C-0003. The Mobile District Corps of Engineers intends to issue a modification using Recovery Act funding to contract number W91278-06-C-0003, a competitively awarded Cost-Reimbursable Plus Award-Fee contract for the Operation and Maintenance of Government-Owned Facilities and Equipment, West Point Project, West Point Georgia, awarded to Anderson Construction Company, 58 Crozier Lane, Fort Gaines, Georgia. Utilizing American Recovery and Reinvestment Act funds, the modification will increase the level of effort originally contracted for, to add the following work (inside the powerhouse): 1) install new security monitor and controls; 2) install new lobby door strike plate and camera: 3) install new DVR. (Outside the powerhouse): 4) install and program fence sensor wire on security fence. 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 the existing contract. The existing contract must be used for the following reasons: 1) The contractor is responsible for the power plant security system maintenance; 2) The contractor has experience in working around high voltage equipment. The incumbent contractor not only has the management, technical, and administrative skills to efficiently and effectively accomplish this work at a reasonable cost, but also the advantage of the flexibility to readily adjust to any unforeseen circumstance encountered during the job. 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 it 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/W91278-10-004-ARRA/listing.html)
- Record
- SN01985037-W 20091016/091014234657-a5324de55b7d2b32d64e0fc906783d9c (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 |