SPECIAL NOTICE
Y -- Tank 2002
- Notice Date
- 9/5/2017
- Notice Type
- Special Notice
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-14-R-0048RFP43
- Archive Date
- 10/5/2017
- Point of Contact
- Teri Edwards,
- E-Mail Address
-
Teri.J.Edwards@usace.army.mil
(Teri.J.Edwards@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Subject- Notice of Intent to Sole Source In Accordance with Federal Acquisition Regulation (FAR) 6.302-1 "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements" This is a special notice prepared in accordance with Federal Acquisition Regulation (FAR) 5.2 -Synopses of Proposed Contract Actions. US Army Corps of Engineers - Omaha District, intends to issue a Firm-Fixed Price contract to Weston Solutions Inc. 1400 Weston Way, West Chester, PA 19380 on a Sole Source basis. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to conduct an investigation and installation of a new Internal Floating Roof (IFR), repair stilling well, and repair the ladder. The services will be conducted on Tank 2002 in in Youngstown, Ohio. Description of work- The Omaha District must remove/replace existing failed internal floating roof, repair existing damaged stilling well and other minor repairs that were discovered during an inspection where Weston Solutions previously conducted repairs. Authority- The statutory authority for this non-competitive acquisition is 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR), Part 6.302-1 "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements" No other sources have been determined to be capable of conducting this work to provide the essential quality to address the project objectives. There have not been any alternate services determined to be used or obtained competitively. It is the best value to the government to procure this work via sole source contract with Weston Solutions, as it is the most cost-effective option to accomplish this work, while maximizing continuity, quality, and minimize failure of the tank. A SOLICITATION WILL NOT BE POSTED. The Government intends to proceed with this sole source action. The NAICS code is 237120, "Oil and Gas Pipeline and Related Structures Construction" The size standard as defined by the U.S. Small Business Administration is $36.5M. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Interested concerns must show clear and convincing evidence that competition of this requirement would be advantageous to the Government. Oral communications are not acceptable in response to this notice. A determination by the government not to compete this proposed requirement is solely within the discretion of the government. Responses and questions shall be submitted to Teri.J.Edwards@usace.army.mil. The U.S. Army Corps of Engineers is not responsible for any costs incurred by responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-14-R-0048RFP43/listing.html)
- Place of Performance
- Address: Youngstown, Ohio, United States
- Record
- SN04661123-W 20170907/170905231534-e9e8ef867fd10d07546b1f1da9fd7af4 (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 |