MODIFICATION
Z -- Increase to overall contract capacity for the Two-Phase Design-Build for DoD Army Medical Facilities Unrestricted Multiple Award Task Order Contract (MATOC).
- Notice Date
- 1/30/2015
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- 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
- W9127813R0008
- Archive Date
- 1/30/2016
- Point of Contact
- chris a. maund, 2516902629
- E-Mail Address
-
USACE District, Mobile
(chris.a.maund@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Mobile District (CESAM) intends to award a modification to the Multiple Award Task Order Contracts (MATOC) awarded under solicitation W91278-13-R-0008 for a one time increase to the current capacity by an additional $80,000,000.00. The program requirements are currently executed via firm fixed price task orders placed against the Indefinite Delivery Indefinite Quantity (IDIQ) contract in order to perform repair and minor construction for DOD Army Medical Facilities using a Design Build methodology. Anticipated work includes repair and minor construction of architectural, structural, mechanical, electrical, instrumentation, security and safety components and systems within existing Army medical treatment and research laboratory facilities. It also includes new construction (additions and free standing facilities) within the statutory limit for operation & maintenance funded new construction (currently $750,000). The location and scope of work will vary by task order. The contract award was made under full and open competition procedures with an ordering capacity of $249,000,000, to be shared among seven (7) contractors in the MATOC: W91278-14-D-0025 ABM Government Services, LLC, Hopkinsville, KY; W91278-14-D-0026 Brasfield & Gorrie, LLC, Birmingham, AL; W91278-14-D-0027 Hoar Construction, LLC, Birmingham, AL; W91278-14-D-0028 ITSI Gilbane Company, Walnut Creek, CA; W91278-14-D-0029 J&J Maintenance, Inc., Austin, TX; W91278-14-D-0030 John J. Kirlin Special Projects, LLC, Rockville, MD; W91278-14-D-0031 United Excel Corporation, Merriam, KS. All awardees are considered Large Business. It is the Governments intent to issue a onetime 32% increase to the current IDIQ contract of $249,000,000 for a revised modified capacity of $329,000,000. The original basic contract Scope of Work for the contract remains unchanged. The Government intends to award the modification 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 the requirement. In order for the Government to meet upcoming requirements in a timely manner, this action is necessary. This will result in the Government being able to meet its immediate needs without delays and compromising its mission. The Government will support the proposed actions by written justification and obtain appropriate approval prior to proceeding. The Government will post the approved justification. Interested persons may identify their interest and capability to respond to the requirement; however, this notice of intent is not a request for competitive proposals. All capability statements received within fifteen days (15) after date of publication of this notice will be reviewed by the Government and considered. However, a determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Should your firm desire to submit a capability statement, it should demonstrate the Offeror's experience and expertise to provide the services identified above within the time frame required and without substantial duplication of cost to the Government. The statement shall include business size; ability to self-perform work; layers of subcontracting; and any other information indicating a legitimate ability to meet these specific requirements. Statements should not exceed 5 pages in length. Written inquiries may be directed to Mr. Robert McAllister via email at robert.s.mcallister@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W9127813R0008/listing.html)
- Record
- SN03629205-W 20150201/150130234523-d5e4c0499c375582401fef9cc6d82e49 (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 |