Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2010 FBO #3057
SPECIAL NOTICE

C -- Increase Programmatic Capacity by $249,000,000.00 for contracts W912DY-09-D-0068, W912DY-09-D-0067, W912DY-10-D-0002, W912DY-09-D-0066, W912DY-10-D-0001, W912DY-10-D-0004, W912DY-10-D-0005 and W912DY-10-D-0006.

Notice Date
4/6/2010
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-10-008
 
Archive Date
7/5/2010
 
Point of Contact
Calvin Fogle, 2568951986
 
E-Mail Address
USACE HNC, Huntsville
(calvin.fogle@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE), Huntsville Engineering and Support Center (CEHNC) intends to award modifications to its Medical Facility Architect and Engineering Services (MFAES) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order contracts(MATOC) which will increase the programmatic capacity. The MFAES program requirements are currently executed via firm fixed price task orders which are placed against the IDIQ contract in order to provide A-E support for criteria updates, studies, economic analysis and technical design support to DOD and non-DOD customers. The MFAES Program requirements are currently executed via Firm-Fixed Price Task Orders which are placed against four (8) ID/IQ Contracts (5 Unrestricted and 3 Restricted) in order to provide quick response to provide worldwide design and construction management expertise necessary to deliver the highest quality medical and medical research facilities to USACE customers. All current contracts were made under full and open competition procedures. The contracts were awarded in Fiscal Years 2009 and 2010. The ordering period for these contracts will expire in July 2014. The programmatic capacity established at the time of award for the current contracts was established at $249,000,000.00 ($234,000,000 for Unrestricted and $15,000,000 for Restricted) over a total possible five (5) year ordering period (one (1) base year and four (4) one-year option periods). This capacity was established prior to the award of the contracts based on an analysis of the type of work required, anticipated workload, effects on competition, the capability of small businesses to compete for the required work and upon historical MFAES contracts/program data. Due to these increased effects, the MFAES capacity was prematurely expended. As a result, it is necessary that the contracts be modified to allow for additional capacity to cover the ordering period. Based upon future anticipated requirements, it is necessary that the Government modify the current contracts to increase the programmatic ceiling by $249,000,000.00 ($234,000,000 for Unrestricted and $15,000,000 for Restricted) which would result in a total programmatic ceiling of $498,000,000.00 ($468,000,000 for Unrestricted and $30,000,000 for Restricted). The Government reserves the right to unilaterally modify the capacity of each contract award, within the Governments sound discretion, in order to adjust for changes in performance capabilities. The current contracts which the Government intends to modify consistent with the terms identified within this announcement are as follows: W912DY-09-D-0068, Ellerbe Becket/RLF Joint Venture; W912D-09-D-0067, HDR Architecture; W912D-10-D-0002, HKS/Wingler & Sharp Joint Venture; W912D-09-D-0066,Leo A. Daly; W912D-10-D-0001, Zimmer Gunsul Frasca Architects, LLP, W912D-10-D-0004, KAL Architects; W912D-10-D-0005, NIKA Technologies; and W912D-10-D-0006, WestEast Design Group. The original basic contract Scope of Work for each contract award will remain unchanged. The Government intends to award modifications and task orders to this contract consistent with the terms identified within this announcement upon the basis of the authority provided in 10 U.S.C 2304(c)(1) and implemented by FAR 6.302-1, only one responsible source and no other services will satisfy requirement. Unacceptable delays in fulfilling the agencys requirements would result, given any other action due to current circumstances. Due to the unique prior experience and involvement of the current contractors and the anticipated recurring need for these services, the actions proposed within this announcement are justified. The Government will support the proposed actions by written justification and obtain appropriate approval prior to proceeding. This Notice of Intent is not a request for competitive proposals. However, all capability statements received within fifteen days after the publication of this Notice of Intent will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this Notice of Intent is solely within the discretion of the Government. Capability Statements submitted should demonstrate the offerors experience and expertise to provide the services identified above within the time frame required and without substantial duplication of cost to the Government. Statements should not exceed five (5) pages in length. Statements and/or written inquiries may be directed to Calvin Fogle via email at Calvin.D.Fogle@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-10-008/listing.html)
 
Record
SN02113452-W 20100408/100406234635-19bbe878d93f5fb4fdeda48491b58e02 (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.