SPECIAL NOTICE
M -- RECOVERY--M--PROJECT NUMBER 220, Allatoona Lake, GA Install Packaged Lift Station with Grinder Pumps at Powerhouse, Operation and Maintenance of Government-Owned Facilities and Equipment, Allatoona Lake, Cartersville, Georgia
- Notice Date
- 5/5/2010
- 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
- W91278-10-212-ARRA
- Archive Date
- 8/3/2010
- 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
- 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 Services,Inc. W91278-08-C-0013 The Mobile District Corps of Engineers intends to issue a modification using Recovery Act funding to contract number W91278-08-C-0013, a competitively awarded Cost-Reimbursable Plus Award-Fee contract for the Operation and Maintenance of Government-Owned Facilities and Equipment, Allatoona Lake and Dam Project, Cartersville, Georgia, awarded to R&D Maintenance Services, Inc., P.O. Box 815 Hennessey, OK. The contractor shall provide a packaged lift station with two submersible grinder pumps (Hydromatic SPGL200). Under this scope, the contractor shall disconnect and remove the existing pumping station package, including steel casing and pump, and shall install and connect a new prepackaged eOne DR152 duplex grinder pump station or similar and approved equal. Only the existing lift station removal and replacement will be included in this modification. This existing contract must be used because the contractor is responsible for the complete inspection, maintenance, and repair of all project buildings and structures, as well as all equipment and vehicles to support the effort. The contractor has not only 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 obstacles encountered during installation. 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/W91278-10-212-ARRA/listing.html)
- Record
- SN02140459-W 20100507/100505234523-4aa99700c172e3491f07222d2ffe7de6 (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 |