Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2007 FBO #2050
SOLICITATION NOTICE

66 -- Procurement of Velocity & Density Meters for the NWP Dredge YAQUINA

Notice Date
7/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
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-07-T-0066
 
Response Due
7/31/2007
 
Archive Date
9/29/2007
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers Philadelphia District is initiating a commercial items Request for Quote (RFQ) to procure and contract all services (Engineering and Design, Delivery, Installation Oversight & Testing) related to the acquisition of ne w production meters for the Dredge YAQUINA. The system shall be comprised of a velocity meter and density meter. The Dredge YAQUINA is a Trailing Suction Hopper Dredge 193 feet long with a 58 feet Beam. Offerors shall submit specific information on their p roposed meters and components to verify all performance requirements are met; so that the Government has sufficient information to adequately evaluate the proposed components with their offer. Failure to submit this data by the response date for submission of offers will result in rejection of said offer. The intent of the Government is to award a firm fixed-price purchase order to the responsible offeror whose quote represents the best value to the Government. Delivery of the Production Meters shall be no later than 1 November 2007 to: Plant Maintenance Section, U.S. Army Corps of Engineers Portland District, 8010 N.W. St. Helens Road, Portland, Oregon 97210-3699. Installation of the meters shall be performed at the Sundial Marine Construction and Repair, I nc. Shipyard, 5605 N.E. Sundial Road, Troutdale, Oregon, 97060-9504. The Dredge YAQUINA is traditionally berthed, when not in operation, at the Port of Portland, Terminal 2, Portland, Oregon. During the solicitation period, the vessel will be available for inspection each Tuesday. The location for inspection will be dependent on the current working requirements of the vessel, and can be coordinated by potential offerors through Mr. Jim Ellis, Port Engineer, (504) 808-5411, or Mr. Dow Webber (504) 808-5409. For planning/quoting purposes, offeror shall assume that the meters will be installed by a private shipyard under separate contract. Offeror shall assume a contractual requirement for onsite support to installation and training, consisting of 1 week in Por tland, Oregon. Additionally, the offer shall assume a requirement to provide a Field Service Engineer for the calibration of the velocity and density sensor systems, and for the duration of the testing. Offeror shall assume calibration and testing to be 2 days in Portland, Oregon. The offeror shall submit a detailed explanation of all warranties provided. The installation of the new meters on the Dredge YAQUINA may be delayed after delivery at the Government Facility; therefore, it is preferable that the warranties commence upon installation rather than upon delivery. Proposals will be evaluated based on technical factors and price. As a whole, technical factors will be more significant than price. In descending order of importance, technical factors incl ude Product Evaluation criteria (degree to which the proposal best meets or exceeds the desirable features outlined in the RFQ, degree to which the proposal demonstrates reduced maintenance and increased durability. Durable, for the purpose of evaluation, is defined as highly resistant to wear, decay, etc.), Past Experience criteria (as used here means the offeror's experience with the design and fabrication of velocity and density meters on hopper dredges within the past five years, both retrofit and new design systems), and Past Performance criteria (includes any information obtained from customer references). Price Evaluation criteria includes Price Reasonableness (the competitiveness of the offeror's price proposal evaluated, taking into consideration t he most probable price of doing business with the offeror, based on the merits of the technical proposals). The RFQ is intended to be issued on or about 16 July 2007. RFQ W912BU-07-T-0066 will be available at the FedTeDS website, https://www.fedteds.gov, o n or about 16 July 2007. Hard copies will not be available. No written or fax requests will be accepted. Contractors shall download this RFQ (including drawings ) and all amendments from the Internet Web Page at the following address https://www.fedteds.gov on or after the issue date of the RFQ. The official media of distribution for the RFQ is the FedTeDS website. All amendments to this RFQ will be posted to the FedTeDS website at the above address. Hard copies will not be furnished. It is contractor responsibility to monitor the solicitation at http://www.fedbizopps.gov for notification and links to any amendments. Interested contractors must register on the Inte rnet Web Page. If any of the contractor information changes during the advertisement period, contractors are responsible to make changes to their user profile at the FedTeDS website. Failure to make changes in their user profile may cause for delay in rece iving notification of the RFQ and Amendments. Contractors are responsible for printing copies of the RFQ and any amendments. Quotes will be due on or about 31 July 2007. Bonding is not required. All contractors are required to be registered in the DOD Cent ral Contract Register 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 contra ct of $25,000.00 or greater 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 si te: http://vets.dol.gov/vets100. This procurement is unrestricted. Interested parties may contact: U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, 100 Penn Square East, Philadelphia, PA 19107, Attention: Mr. Jan A. Forman, Telephon e: (215) 656-6894.
 
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
SN01336101-W 20070708/070706221036 (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 |
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.