Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2004 FBO #1068
SOLICITATION NOTICE

39 -- WEIGHT HANDLING EQUIPMENT MULTIPLE AWARD CONTRACT

Notice Date
2/5/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Navy Crane Center, 10 Industrial Highway Mail Stop #82, Lester, PA, 19113-2090
 
ZIP Code
19113-2090
 
Solicitation Number
N3258A-04-R-1900
 
Response Due
4/9/2004
 
Point of Contact
JoAnn Turk, Contracting Officer, Phone (610) 595-0922, Fax (610) 595-2219, - Alan Finkelman, Contracting Officer, Phone (610) 595-0920, Fax (610) 595-2236,
 
E-Mail Address
joann.turk@navy.mil, alan.finkelman@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a requirement for a WEIGHT HANDLING EQUIPMENT MULTIPLE AWARD CONTRACT (WHE MAC) – SOLICITATION NUMBER N3258A-04-R-1900. THIS SOLICITATION IS A 100% SMALL BUSINESS SET-ASIDE. The WHE MAC will be used primarily for the ordering of new Overhead Electric Traveling (OET) cranes of varying spans and lifting capacities for Navy, Marine Corp, or other federal activities worldwide. Hoists will be either manufacturers’ standard commercial or custom designed. In either case however, many of the assemblies and subassemblies will be standard off-the-shelf components. Bridge girders will typically be custom designed to fit the runway span. The work contemplated under this procurement will include, but not be limited to, the following: Site survey/investigation, design, fabrication, rail survey/installation, demolition/removal of existing cranes and equipment, associated runway/equipment electrification, crane installation, crane testing, operational training requirements, etc. While it is anticipated that the WHE MAC will be used primarily for the purchase of new OET cranes, other equipment/services that may be ordered include: 1) Jib Cranes, Monorails, Trolley Hoists, Wall Cranes or similar weight handling equipment; and 2) Reconstitution/overhaul of the various types of weight handling equipment covered by this WHE MAC. Application for use of the weight handling equipment procured under this contract may range from general purpose to more complex applications. Individual project design requirements will reflect such applications. The Government reserves the right to award up to five Indefinite Delivery/Indefinite Quantity contracts under this solicitation or to award only one contract covering only the seed project identified in the solicitation. Award of the up to five ID/IQ contracts comprising the WHE MAC will be made to the responsible offerors, whose proposals, conforming to the solicitation, are considered to be the most advantageous to the government as a result of a best value evaluation. Technical evaluation factors, when combined, will be considered approximately equal in to price in the best value evaluation. Award of the initial project (delivery order) covering the design, fabrication, installation and testing of two 10-Ton OET cranes and one 20-Ton OET crane for installation in the Undersea Network Centric Laboratory, Naval Undersea Warfare Center (NUWC), Newport, RI will be made to the offeror whose proposal is considered to be the most advantageous overall as a result of the best value evaluation described above. Proposal Evaluation factors may include: 1) Price for the initial project; 2) Relevant Past Performance; 3) Management Approach; 3) Technical Experience, Expertise, and Qualifications; 4) Quality Control. The North American Industry Classification Code (NAICS) for this procurement is 333923 and the corresponding small business size standard is 500 employees. The total amount of the WHE MAC contract (i.e., the total amount of all delivery orders issued during the contract term, regardless of the number of contracts awarded) shall not exceed $30,000,000. The WHE MAC contract will be valid for ordering future requirements for up to 5 YRS (i.e., base ordering period of one year, with options for four additional one-year ordering periods) from the date of award, or when the total value of the WHE MAC as described above reaches $30,000,000, whichever occurs first. Future delivery/task orders will be competed only among the up to five successful contractors. Award of each future delivery/task order may be based on either Best Value to the Government or low price. The ID/IQ contract awards resulting from the solicitation will include a minimum guarantee of $10,000. Award of a delivery order under the ID/IQ contract(s) will satisfy the minimum guarantee. Delivery/Task orders may require the work of registered professional engineers. Per the Debt Collection Improvement Act of 1996, the Defense Federal Acquisition Regulation Supplement (DFARS) has been amended to require that all contractors be registered in the Department of Defense (DoD) Central Contractor Registration (CCR) database. Information concerning registration in CCR may be obtained by visiting the website www.ccrdlsc.dla.mil or by referring to DFAR Subpart 204.73. Offerors should submit verification of their firm’s registration in the CCR database with their proposal. Be advised that failure to register in the CCR makes an offeror ineligible for award of a DoD contract. The estimated date that the solicitation will be available is 23 February 2004 and the estimated due date for proposals is 9 April 2004. The address for downloading the solicitation from the internet once available, is http://www.esol.navfac.navy.mil. You must first create an account. You may view the site without an account. Once registered and when the request for proposal becomes available, you will receive an email notification informing you that the solicitation documents are available for downloading. An official plan holders list will be maintained on-line and can be printed from the web site. Email notification of any changes (amendments) to the solicitation that become available will only be made via the esol website, and only to contractors who register on the site for this solicitation. Therefore it is the contractor’s responsibility to check the internet site listed above daily for any posted changes to the solicitation plans and specifications. A pre-proposal conference is scheduled for 9 March 2004. Questions concerning this solicitation must be submitted in writing to Ms. JoAnn Turk, Contract Specialist at joann.turk@navy.mil. Note 1. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (05-FEB-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-OCT-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N3258A/N3258A-04-R-1900/listing.html)
 
Place of Performance
Address: Initial project: Undersea Network Centric Laboratory, Naval Undersea Warfare Center (NUWC), Newport RI
Country: USA
 
Record
SN00700142-F 20041029/041027213022 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.