Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2005 FBO #1306
SOLICITATION NOTICE

19 -- Design, Construct, Test and Deliver a Self-propelled Inland River Towboat for the Rock Island District

Notice Date
6/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
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-05-R-0028
 
Response Due
8/9/2005
 
Archive Date
10/8/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Corps of Engineers, Philadelphia District intends to initiate a negotiated, best-value procurement for the Marine Design Center to obtain one (1) inland river, all welded steel towboat for the U.S. Army Corps of Engineers, Rock Island Dis trict in accordance with the terms and conditions of Request for Proposal (RFP) Number W912BU-05-R-0028. 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 Illinois River 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 Cro ss AMS. The solicitation contains options for 1) spare parts and 2) delivery to Government Facility. The acquisition will be performed using the 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 proposals will be evaluated on their merit against the evaluation factors listed below, which are listed in descending order of importance: Technical: 1) Product, 2) Past Performance and Exp erience, 3) Management and Price Factors: 1) Price Reasonableness, 2) Price Realism. The technical factors as a whole are more important that price. However, price remains a significant factor in determining the best value. The government may award a co ntract on the basis of initial proposals received without discussions; therefore, each proposal should contain the offerors best terms. 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 i n 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-05-R- 0028 will be issued on or about 6 July 2005 with an offer due date on or about 9 August 2005. 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 bond, the bond must be properly signed by both the bidder and 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. If this al ternative is proposed, the offeror shall demonstrate their ability and approach to contract financing. The documentation provided will be used to assess the Governments financial risk. All contractors are required to be registered in the DOD Central Contr act 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. Information on submitting your report may be obtained by calling 703-461-2460 or by accessing the following internet web site: ht tp://vets100.cudenver.edu . This procurement is set-aside for small business. 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
SN00834637-W 20050624/050622212217 (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.