SPECIAL NOTICE
M -- RECOVERY--M--Project Number 10973, Repair / Rehab Project Building in order to Improve Energy Efficiency
- Notice Date
- 3/5/2010
- 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
- W91278-10-130-ARRA
- Archive Date
- 6/3/2010
- Point of Contact
- Alisa C. Murray, (251) 441-5578
- E-Mail Address
-
USACE District, Mobile
(alisa.c.murray@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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): MSTechnology Inc. Contract W91278-06-C-0052, Carters Lake Operation & Maintenance of Gov't Owned Facilities Using Recovery Act funding, the Mobile District Corps of Engineers intends to issue a modification to contract number W91278-06-C-0052, a competitively awarded Cost-Reimbursement Plus Award-Fee (CPAF) contract for the Operation and Maintenance of Government-Owned Facilities and Equipment, Carters Project, Chatsworth, GA, awarded to M. S. Technology, Inc., 137 Union Valley Road, Oakridge, Tennessee. This work is within the scope of the original contract technical provisions. Contract Clauses required for projects involving Recovery funds have been incorporated into the contract. North American Industry Classification System (NAICS) code 561210 applies to this contract award. Utilizing American Recovery and Reinvestment Act funds, the modification will increase the level of effort originally contracted for. The contractor shall: 1) For Project Office/Visitor Center: replacement of the staff break room cabinets and appliances; installation of a landscape irrigation system; improvements in thermal installation fenestration, hot water, electrical and security systems. 2) For Ranger Shop: Evaluate fire separation requirements between storage room and office in keeping with NFPA 101 requirements; Evaluate thermal resistance and vapor barrier; Provide on-demand in-line water heating. 3) For Operations and Maintenance Contractor Building: Provide exterior wall rating R 20 with ceiling rating R 30; Coordinate required resistance with as built and determine extend of required upgrades; Install insulation; Replace windows with high-efficient insulated units; Evaluate the existing HVAC System and redesign to meet federal, state and local codes; Evaluate the existing HVAC system for humidity contract and recommend and design upgrades. This existing contract must be used because for the following reasons: 1) The extent of the work and the resources required can not be fully determined prior to starting the work, because conditions are different at each site. 2) The contractor is responsible for the complete inspection, maintenance, and repair of all project buildings and structures. 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. The American Recovery and Reinvestment Act (ARRA) contains specific acquisition requirements that must be met when using Recovery Act funds, including compliance with the Federal Acquisition Regulation, and, to the maximum extent practicable, making fixed-price (FP) contract awards using competitive procedures. However, the Office of Management and Budgets guidance allows for the use of other than FP contracts. Although Mobile Districts contract was not awarded as a FP contract, it was awarded competitively as a small business set aside, and 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. The existing Operation and Maintenance contract has experienced personnel and documented performance to mitigate the Governments risk. In order to meet the requirements of the Act in the most prudent business manner within the time constraints imposed, existing Operation and Maintenance contracts are the most appropriate contractual vehicles for the work anticipated under this modification.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-10-130-ARRA/listing.html)
- Record
- SN02084255-W 20100307/100305235301-f09320d64e792f0fdd038c0d04e1c3fb (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 |