Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
AWARD

19 -- 65 Towboat for Rock Island District, with option for second similar towboat

Notice Date
3/19/2010
 
Notice Type
Award Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-09-R-0070
 
Archive Date
4/18/2010
 
Point of Contact
Robert R Hilton III, 21565656911
 
E-Mail Address
USACE District, Philadelphia
(robert.r.hilton@us.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912BU-09-R-0070
 
Award Date
6/30/2009
 
Awardee
PATTI MARINE ENTERPRISES, INC. (828181623)<br> 300 S PINEWOOD LN<br> PENSACOLA, FL 32507-1374
 
Award Amount
$4,590,000.00
 
Line Number
0001
 
Description
The USACE Marine Design Center intends to initiate a negotiated, best-value procurement to obtain one inland river, all welded steel towboat for the U.S. Army Corps of Engineers, Rock Island District. The towboat shall be twin-screw, with two main engines delivering a minimum of 2000 HP total. An option for a second similar towboat is included. 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 Cross AMS. The acquisition will be a negotiated; best-value procurement performed using the Contracting By Negotiation procurement process prescribed in Part 15 of the Federal Acquisition Regulations. Proposals will be reviewed for completeness in satisfying the requirements of the RFP. Award will be made to the offeror whose proposal offers the best value to the Government in terms of the factors as stated. Award of a contract will not be based solely on a lowest price basis. Offerors shall submit their proposals in two separate parts; a price proposal and a technical proposal. Each technical proposal shall be evaluated on the basis of the basis of the following factors of past performance and experience, management, and product. Price factors for evaluation are price reasonableness. The technical factors (arranged in descending order of importance) as a whole are more important than price. However, price remains a significant factor in determining the best value and become more significant for proposals that exceed the published budgetary prices. Initial cost 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. The government may award a contract on the basis of initial proposals received without discussions; therefore, each proposal should contain the offerors best terms. All work shall be in accordance with the specifications and drawings included in the Request for Proposal (RFP). The total performance period for this procurement will be approximately five hundred forty-five (545) calendar days from receipt of order. Liquidated damages are included in this contract. Warranty, bonding and insurance are required. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specs should be made via FBO Internet homepage. Hardcopies will not be available. No written or faxed requests will be accepted. It is the contractors responsibility to monitor FBO for any amendments. 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: http://vets.dol.gov/vets100/. All contractors must be registered in the DODs Central Contractor Registration (CCR) system at http://www.ccr.gov. Information on getting registered may be obtained by phoning 1-888-227-2423 or on the website. Solicitation Number W912BU-09-R-0040 will be issued on or about 25 June 2009 with proposals due on 28 July 2009. Proposals should be delivered to the U.S. Army Corps of Engineers, Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, PA 19107-3390 ATTN: Robert Hilton. All contractors are required to be registered in the DOD Central Contract Register (CCR) before award as required by DFARS 204.7300. This procurement is set aside for small business. The NAICS Code is 336611; SIC Code 3731, with a size standard of 1000 employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/Awards/W912BU-09-R-0070.html)
 
Record
SN02098247-W 20100321/100319235827-bb74da2e5d3e46e5a36583ac4c114f66 (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  © 1994-2020, Loren Data Corp.