Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
MODIFICATION

19 -- RECOVERY--19--INLAND RIVER TOWBOAT to replace the CESAM - M/V CAMPBELL - Solicitation 1

Notice Date
2/23/2010
 
Notice Type
Modification/Amendment
 
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-10-R-0010
 
Response Due
3/25/2010 2:00:00 PM
 
Archive Date
5/11/2010
 
Point of Contact
Adriana A. Dunaway, Phone: 215-656-6895, Catherine T. Schoenherr, Phone: 215-656-6764
 
E-Mail Address
adriana.a.dunaway@usace.army.mil, catherine.t.schoenherr@usace.army.mil
(adriana.a.dunaway@usace.army.mil, catherine.t.schoenherr@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Reference Drawings Contract Drawings Solicitation RECOVERY - The USACE Marine Design Center, through the Philadelphia District intends to initiate a Request for Proposal (RFP) procurement to obtain one inland river, all welded steel towboat replacement for the M/V CAMPBELL serving the U.S. Army Corps of Engineers, South Atlantic Division, Mobile District, Alabama in support of the District navigation, hydropower and natural resource missions on the Apalachicola-Chattahoochee-Flint (ACF) River System. The towboat shall be a twin-screw, open propeller diesel powered vessel with an all-welded steel hull and deckhouse superstructure. The new vessel will be assigned to the Apalachicola-Chattahoochee-Flint (ACF) Project Management Office, Ft. Gaines, GA. 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 negotiated, best-value procurement using the Contracting by Negotiation process prescribed in Part 15 of the Federal Acquisition Regulation. The proposals will be reviewed for completeness in satisfying the requirements of the RFP and evaluated on the merit against the following evaluation factors listed in descending order of importance (a) Technical factors: (i)Construction experience with similar vessels, (ii) Management, (iii) Past Performance, (iv) Product and (b) Price factor: Price reasonableness. The technical factors, as a whole are as important as the price factor. Technical factors and price factor will be considered equal in determining the Best Value. The NAICS code is 336611 and the size standard is 1,000 employees. This procurement is 100% set-aside for small business. Performance and payment bonds will be required; warranty of supplies/services and liquidated damages will apply. Options will be incorporated in this requirement. Initial price proposals must be submitted along with initial technical proposal to the Contracting Officer in accordance with the requirements of Section L Proposal Requirements and Evaluation Criteria of the RFP and shall be compatible with Section C Description/Specification/Work Statement. The Government may award a contract based on initial proposals received without discussions; therefore, each proposal should contain the offerors best terms. The Government will award a contract resulting from this solicitation to the responsible Offeror whose proposal, conforming to the solicitation, will be most advantageous to the Government. RFP No. W912BU-10-R-0010 will be available on or about 10 February 2010 with a closing date of or about 12 March 2010 at 1400 hours. Hard copies will not be available and written or fax requests will not be accepted. The official media of distribution for this RFP is the web. Contractors may download the solicitation (including any drawings) and any amendments via the Federal Business Opportunities (FedBizOpps) web site at www.fbo.gov, on or after the issue date. It is the offerors responsibility to monitor the FedBizOpps web site for any amendments. Interested firms must register at FedBizOpps in order to access the solicitation. Offerors are responsible for printing copies of the RFP and any amendments. All offers are to be delivered to the U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, PA 19107-3390, Attn: Adriana Dunaway. All contractors are required to be registered in the DOD Central Contract Registry (CCR) before award as required by DFARS 204.7300. Information on getting registered may be obtained by accessing the CCR website at www.ccr.gov. Instructions will be included in the solicitation. Also, firms who receive a federal contract in excess of $25,000.00 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 accessing the following internet web site: https://vets100.vets.dol.gov. Questions can be directed to adriana.a.dunaway@usace.army.mil. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-10-R-0010/listing.html)
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN02072034-W 20100225/100223234435-7f53d43396cd311efe7d17e08ccf35b6 (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.