Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2010 FBO #3014
SPECIAL NOTICE

M -- RECOVERY--M--PROJECT NUMBER 1680, Black Warrior and Tombigbee Rivers, AL De-water, clean, inspect, and repair tainter valves at R.F. Henry, Millers Ferry and Claiborne Locks, Operation and Maintenance of Government-Owned Facilities and (See Desc)

Notice Date
2/22/2010
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-10-109-ARRA
 
Archive Date
5/23/2010
 
Point of Contact
Helene Mitchell, 2514416531
 
E-Mail Address
USACE District, Mobile
(helene.s.mitchell@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
(Subject Continued) Equipment, BWT/Alabama Coosa Project, Tuscaloosa, Alabama RECOVERY - PER FAR 5.7 THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY; THEREFORE FAR 5.203 DOES NOT APPLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTOR(S) UNDER THE CURRENT CONTRACT NUMBER(S): R&D Maintenance, W91278-06-C-0038 The Mobile District Corps of Engineers intends to issue a modification to contract number W91278-06-C-0038, a competitively awarded Cost-Reimbursable Plus Award-Fee contract for the Operation and Maintenance of Government-Owned Facilities and Equipment, Black Warrior and Tombigbee Waterway and Alabama River System, Tuscaloosa, Alabama, awarded to R&D Maintenance Services, Inc., P.O. Box 815, Hennessey, Oklahoma. Utilizing American Recovery and Reinvestment Act funds, the modification will increase the level of effort originally contracted for, to add the following work to: De-water, clean, inspect, and repair the tainter valves at R. F. Henry, Millers Ferry, and Claiborne Locks in association with previously contracted lock closure and repair work. This work is within the scope of the original contract technical provisions and includes making necessary repairs to steel, concrete, seals, and hydraulic systems. Contract clauses required for projects involving Recovery Act funds have been incorporated in the existing contract. This existing contract must be used because: 1) The contractor must work in conjunction with government operated floating plant and personnel in order to set stop logs and valve bulkheads to de-water the structures. This work can only be performed when the valves are dewatered. 2) A detailed scope of work can not be prepared. The extent of the work and the resources needed can not be fully determined prior to setting the stop logs, de-watering, cleaning to remove scum, silt, and debris, and inspection. 3) The required repairs could be extensive and require specialized expertise and equipment. The contractor will already be on site to dewater and repair the lock and this work can be performed at the same time utilizing some of the same specialized equipment and personnel already on site. The amount of necessary repairs cannot be determined prior to the closure and inspections. 4) This contract enables repairs to begin immediately after and even during the inspections without a detailed scope of work so as to minimize the time the facilities are closed thus minimizing the impact on commercial shipping and the economy. 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-10-109-ARRA/listing.html)
 
Record
SN02071312-W 20100224/100222235955-1eb48f3218ef0f56934d79fa92673dd8 (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.