Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2004 FBO #0808
SOLICITATION NOTICE

19 -- Procurement of one (1) Steel Towboat for the U.S. Army Corps of Engineers

Notice Date
2/11/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-04-R-0014
 
Response Due
4/1/2004
 
Archive Date
5/31/2004
 
Point of Contact
Maureen Jordan, 215 656-6763
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia
(maureen.jordan@nap02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The USACE Marine Design Center intends to initiate a negotiated, best-value procurement to obtain one (1) inland river, all welded steel towboat for the U.S. Army Corps of Engineers, Nashville District in accordance with the terms and conditions of R equest for Proposal (RFP) Number W912BU-04-R-0014. The towboat shall be twin-screw, with two main engines delivering a minimum of 2000 HP total. The primary mission of the towboat will be for support of maintenance of the navigation channels of the Tenne ssee and Cumberland Rivers as well as for the maintenance and repair of navigation structures and facilities. The vessel shall be built and classed with ABS Maltese Cross A-1 Towing Vessel, River Service with Maltese Cross AMS. The acquisition will be a n egotiated, best-value procurement performed using the Contracting By Negotiation procurement process prescribed in Part 15 of the Federal Acquisition Regulations. Proposals will be reviewed for completeness in satisfying the requirements of the RFP. The p roposals will be evaluated on their merit against the evaluation factors listed below, which are listed in descending order of importance: 1) Product, 2) Past Performance and Experience, and 3) Management. Contractors must submit proposals in two parts: a technical proposal and a price proposal. Technical proposals will be evaluated based on content, form, and technical acceptability. The technical section of the proposal as a whole is most important and will be weighted over price. Award of a contra ct will not be based solely on a lowest-price basis. Award will be made to the offeror whose proposal offers the best value to the Government in terms of the factors as stated. The government may award a contract on the basis of initial proposals receive d without discussions; therefore, each proposal should contain the offerors best terms. Liquidated damages are included. Contractors must register on the Internet and download the solicitation package and all amendments from the following address: https: //ebs.nap.usace.army.mil on or after the issue date of the solicitation. If any information changes during the advertisement period, contractors are responsible to make changes to their user profile on the Internet. Failure to make changes in their user profile may cause a delay in receiving notice of the solicitation or any amendments. Hard copies will not be available. Offerors are responsible for printing paper copies of the solicitation and any amendments. Solicitation Number W912BU-04-R-0014 will be issued on or about 1 March 2004 with an offer due date on or about 1 April 2004. No written or fax requests will be accepted. Bonding is required only if the offeror chooses to receive progress payments. If your bid guarantee is in the form of a bid b ond, the bond must be properly signed by both the bidder and surety (BONDING DOCUMENTS INCLUDING POWER OF ATTORNEY SHOULD BEAR AN ORIGINAL SIGNATURE BY AN OFFICER OF THE SURETY) and all required seals must be affixed. Bonding is not required if an offeror chooses to finance the entire contract cost by receiving no payment until Final Acceptance at destination. If this alternative is proposed, the offeror shall demonstrate their ability and approach to contract financing. The documentation provided will b e used to assess the Governments financial risk. All contractors are required to be registered in the DODs Central Contract Register (CCR) before award as required by DFARS 204.7300. Information on getting registered may be obtained by phoning 1-888-227- 2423 or by accessing the following internet website: http://www.ccr.gov. Also, contractors who receive a federal contract of $25,000.00 or more are required by legislation to submit an annual VETS-100 Report on your employment of targeted veterans. Info rmation on submitting your report may be obtained by calling 703-461-2460 or by accessing the following internet web site: http://vets100.cudenver.edu . This procurement is unrestricted. The NAICS Code is 336611 with a size standard of 1,000 employees.
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN00520644-W 20040213/040211212633 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.