AWARD
M -- RECOVERY--M--PROJECT NUMBER 1680, Black Warrior and Tombigbee Rivers, AL Grade and Prepare to Pave Access Road and Parking in Demolopis Lower Pool, Operation and Maintenance of Government-Owned Facilities and Equipment, BW&T/Coosa Project, (See Desc)
- Notice Date
- 6/29/2010
- 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
- W91278-10-278-ARRA
- Archive Date
- 9/23/2010
- 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
- Award Number
- W91278-06-C-0038, P00107
- Award Date
- 6/28/2010
- Awardee
- R & D MAINTENANCE SERVICES, INC. (037982410)<br> 409 N MAIN ST<br> HENNESSEY, OK 73742-1017
- Award Amount
- $611,344.54
- Line Number
- 0044
- Description
- (Subject Continued) Tuscaloosa, Alabama 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): R&D Maintenance Services, Inc., W91278-06-C-0038 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 because: 1) The contractor is already working in the area renovating the boat ramp and clearing debris. 2) The scheduling, coordination, quality assurance 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 obstacles encountered during the work. A detailed scope of work has not been prepared. 3) This contract enables repairs to begin immediately after and even during the other ongoing work without a detailed scope of work so as to minimize the time the area is closed thus minimizing the impact on the public. 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/W91278-10-278-ARRA/listing.html)
- Record
- SN02190829-W 20100701/100629234442-972605fa2360ea37d1ddb87b82526ae4 (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 |