Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2010 FBO #3128
SOLICITATION NOTICE

99 -- RECOVERY--99--PROJECT NUMBER 111274, CELRN STOP LOGS FOR TENNESSEE RIVER

Notice Date
6/16/2010
 
Notice Type
Presolicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-10-R-0034
 
Response Due
8/3/2010
 
Archive Date
10/2/2010
 
Point of Contact
Adriana Dunaway, 215-656-6895
 
E-Mail Address
USACE District, Philadelphia
(adriana.a.dunaway@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY: The USACE Marine Design Center, through the Philadelphia District intends to initiate a Request for Proposal (RFP) for the construction, testing and delivery of six steel stop logs, with the option for two additional stop logs(subject to the availability of funding) for the use by the Nashville District on the Tennessee River. Three special stop logs and three regular stop logs are required along with delivery on the water to Wilson Lock, Tennessee River, Mile Mark 259.4R (Florence, AL). The acquisition will be a negotiated, best-value procurement using the Contracting by Negotiation process prescribed in Part 15.101 of the Federal Acquisition Regulation. THE SOURCE SELECTION PROCESS WILL BE BASED ON THE LOWEST PRICED TECHNICALLY ACCEPTABLE OFFER. The source selection evaluation factors are: 1) Experience, 2) Management, and 3) Past Performance. Narratives must clearly define the proposed scope and quality levels that the contractor is offering to the Government in enough detail for the Government and the offeror to mutually understand whether or not the proposal meets or exceeds the minimum solicitation requirements. Detailed evaluation criteria will be included in the RFP package. Initial price proposals must be submitted along with initial technical proposal to the Contracting Officer in accordance with the requirements of RFP. Offerors are advised that the Government may award a contract based on initial proposals received without discussions or any contact concerning the proposal received; therefore, each proposal should contain the offerors best terms. Bonding will be required, please review all bonds and accompanying documents required to be submitted. Liquidated damages will apply and will be specified in solicitation. Warranty of supplies/services will apply. This procurement is unrestricted. The funding for this procurement utilizes ARRA funds. The NAICS Code for this project is 332312. Issue date for solicitation is on or about 01 July 2010, with proposals due by 2:00 p.m. on or about 03 Aug 2010. Hard copies will not be available and written or fax requests will not be accepted. Contractors may download the solicitation (including any drawings) and any amendments via the FedBizOpps web site, www.fbo.gov, on (or after) the issue date. The official media of distribution for the RFP is the Web. All amendments to the RFP will be posted to the FedBizOpps web site. 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 contractors are required to be registered in the DOD Central Contract Registry before award as required by DFARS 204.7300. Information on getting registered may be obtained by phone at 1-888-227-2423 or by accessing the following internet website: http://www.ccr.gov. 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 calling 301-306-6752 or by accessing the following internet web site: http://vets.dol.gov/vets100. The POC for this action is, Adriana Dunaway, Contract Specialist, adriana.a.dunaway@usace.army.mil This solicitation is subject to availability of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-10-R-0034/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN02178859-W 20100618/100616234700-4d9c3a5f281c992eb7a794c395b203c4 (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.