AWARD
M -- RECOVERY--M--PROJECT NUMBER 19710, West Point Dam and Lake, GA & AL Install New Windows and Doors in the Visitor's Center and Add Dry Storage, West Point Powerhouse, Operation and Maintenance of Government-Owned Facilities and (See Desc)
- Notice Date
- 6/2/2010
- Notice Type
- Award 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
- W91278-10-220-ARRA
- Archive Date
- 8/8/2010
- 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
- Award Number
- W91278-06-C-0003, P00063
- Award Date
- 5/21/2010
- Awardee
- ANDERSON CONSTRUCTION COMPANY OF FORT GAINES (033717307)<br> 58 CROZIER LN<br> FORT GAINES, GA 39851-2649
- Award Amount
- $169,254.38
- Line Number
- 0025-0026
- Description
- (Subject Continued) Equipment, West Point Lake, Georgia RECOVERY - PER FAR 5.7 THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY; THEREFORE FAR 5.203 DOES NOT APPLY. THIS OPPORTUNITY WAS AVAILABLE ONLY TO CONTRACTOR(S) UNDER THE CURRENT CONTRACT NUMBER(S): Anderson Construction Company, W9178-06-C-0003 This contract action was not awarded as a fixed price type because uncertainties involved in contract performance did not permit costs to be estimated with sufficient accuracy to use any type of fixed price contract. As such, a cost-reimbursement type action was awarded (FAR 16.301-2). Furthermore, the existing contract must be used for the following reasons: 1) The contractor is responsible for the inspection, maintenance, and repair of all project buildings, structures, and roads in 31 recreation areas, three operations areas, and the Project Management Office; 2) The scheduling, coordination, quality control and/or subcontracting for the work to be performed are within the scope of the original contract technical provisions and must be accomplished under the terms of the existing contract. 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; 3) This contract enables work to begin immediately after and during inspections without a detailed scope of work and thus minimizes the time the facilities are closed, restricting public access to camping and recreation areas. 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/W91278-10-220-ARRA/listing.html)
- Record
- SN02165520-W 20100604/100602234554-afd0460476e7505f22a20f61c9591847 (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 |