Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2005 FBO #1332
SOLICITATION NOTICE

19 -- Landing Craft

Notice Date
7/18/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
ARO - ALASKA Regional Office* 240 West 5th Avenue, Room 114 ANCHORAGE AK 99501
 
ZIP Code
99501
 
Solicitation Number
N9796050063
 
Response Due
8/31/2005
 
Archive Date
7/18/2006
 
Small Business Set-Aside
Total HUB-Zone
 
Description
GENERAL CONTRACT INFORMATION: This is a pre-solicitation notice to be issued as a request for proposal of a government requirement. NAICS Code will be 336611 and the size standard is 1,000 employees. This acquisition is 100% set-aside for Historically Underutilized Business Zone (HUBZone) qualified small businesses. The procurement will be conducted using source selection procedures. The award will be based upon the best value to the government considering tradeoffs between price and non-price related factors. An example of the non-price evaluation factors follow, however; potential offerors will need to refer to the solicitation (when issued) for the selection criteria/factors to be evaluated by the government since they are subject to change. NON-PRICE EVALUATION FACTORS: A) PRIOR RELATED EXPERIENCE - EXPERIENCE IN THE PAST FOUR YEARS IN BUILDING VESSELS OF SIMILAR TYPE AND SIZE IN FULL COMPLIANCE WITH THE STANDARDS OF 46 CFR SUBCHAPTER T, "SMALL PASSENGER VESSELS," B) PAST PERFORMANCE - DEMONSTRATED ABILITY TO BUILD FULLY FUNCTIONING VESSELS OF SIMILAR SIZE AND TYPE WITH HIGH QUALITY OF WORKMANSHIP DELIVERED ON TIME AND WITHIN CONTRACT PRICE, C) CAPACITY - DEMONSTRATED CURRENT ABILITY TO CONSTRUCT THIS VESSEL WITHIN THE GIVEN SCHEDULE. The importance and weighting of the non-price factors in relation to price has yet to be determined by the source selection authority. The estimated range of this project is $500,000 - $1,000,000. The government intends to award a contract without discussions with the potential contractors. This project is subject to the Walsh-Healy Public Contracts Act. Any resulting contract will be firm-fixed price. Funds are available for the proposed action, however, if the project is cancelled, all proposal preparation costs will be borne by the offeror. Responders are advised that the requirement(s) may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation, and/or final award process based on decisions related to DOI and NPS changes. Contractors are required to be registered in the Central Contractor Registration (CCR) government system prior to award to be eligible for a government contract - the link can be found at http://www.ccr.gov/ -- we advise potential offerors to begin the registration process when they prepare their proposal to ensure the registration in the CCR database is complete and in-place should they be selected for the award. In the event an offeror is not registered in CCR at the time the contracting officer is ready to award the contract, the contracting officer will proceed to the next eligible successful offeror registered in the CCR database. Refer to FAR 52.204-7, Central Contractor Registration, "If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror." Joint Ventures are encouraged to submit a proposal, however; offerors submitting a proposal as a Joint Venture should remember that Joint Ventures must also be registered in CCR identical to the joint venture indicated in their proposal (failure to do so will make the offeror[s] ineligible for award). All responsible HUBZone qualified small business sources may submit an offer which will be considered by the agency. The anticipated posting date to the NBC and Federal Business Opportunities Website (solicitation number N9796050063) will be on or about 2 August 2005 (subject to change) and proposals will be due on or about 31 August 2005 (subject to change) Alaska Local Time. The solicitation (and subsequent amendments if applicable) and all related documents can be downloaded electronically (once posted) from the DOI NBC Website at http://ideasec.nbc.gov/ AND the National Park Service Public ftp site (which will contain drawings, specifications, etc.). Potential offerors must ensure their browsers are set up to view/access Public ftp sites. NO HARD COPY DOCUMENTS WILL BE ISSUED. Proposals must be delivered (if submitting by courier, USPS, UPS, DHL or FedEx) to the National Park Service, Alaska Regional Office, 240 West 5th Avenue, Anchorage, Alaska 99501-2327, Attention: Gary A. Haynes, Contract Specialist, 5th Floor. Facsimile or oral proposals will NOT be accepted. Reference the solicitation number (N9796050063) on your documentation. GENERAL DESCRIPTION OF WORK: The successful offeror will provide all labor, materials, transportation, travel, tools, and necessary supervision to complete construction of a new aluminum hulled landing craft for service at Katmai National Park and Preserve, Alaska. Vessel shall be constructed in accordance with government-furnished drawings and specifications. These contract documents will describe the functional, performance and technical requirements applicable to the vessel's design and construction in significant detail, with the offeror responsible for developing some final design solutions and details for approval prior to fabrication. Offeror will be responsible for ensuring that the vessel as constructed meets all requirements applicable to certification of the vessel by the U.S. Coast Guard, as well as all other salient regulatory body requirements. The government will require the successful contractor "freight" the vessel to Naknek, Alaska versus sailing the vessel under its own power to the destination. Preliminary operation and design characteristics are as follows (subject to change): Vessel Type: Roll-On/Roll-Off Passenger and Vehicle Ferry. Service Route: Lakes, Bays and Sounds. Primary Governing Regulations: 46 CFR, Chapter I, Subchapter T. Gross Tonnage: Less than 100 gross tons. Hull/Superstructure Material: Aluminum. Length Overall: 61'-8". Beam, Maximum: 21'-3". Draft: 2'-3". Displacement, Lightship: 26.8 Long Tons. Power: Twin Screw, (2) 285 Continuous Brake Horsepower. Service Speed: 8.0 knots. Crew: 2 Persons. Passenger Capacity: 12 Persons. Vehicle/Cargo Capacity: 40,000 lbs. Point of Contact: Gary A. Haynes, Contract Specialist, Phone 907-644-3312, FAX 907-644-3802, email is Gary_A_Haynes@nps.gov Place of Performance: ADDRESS: Katmai National Park & Preserve, King Salmon, AK; POSTAL CODE: 99613; COUNTRY: United States of America
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1873882)
 
Place of Performance
Address: Katmai National Park & Preserve, King Salmon (Naknek), Alaska
Zip Code: 99613
Country: USA
 
Record
SN00849429-W 20050720/050718212211 (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.