Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
MODIFICATION

99 -- Buffalo District Clearing and Snagging SATOC (Single Award Task Order Contract) - Solicitation 2

Notice Date
4/19/2011
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Buffalo, 1776 Niagara St., Buffalo, New York, 14207-3199, United States
 
ZIP Code
14207-3199
 
Solicitation Number
W912P4-11-R-0014
 
Response Due
5/13/2011 3:00:00 PM
 
Archive Date
5/28/2011
 
Point of Contact
Oksana Strekha, Phone: 716-879-4122, Tyrone B. Palaganas, Phone: 7168794126
 
E-Mail Address
oksana.strekha@usace.army.mil, tyrone.b.palaganas@usace.army.mil
(oksana.strekha@usace.army.mil, tyrone.b.palaganas@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Scope of Work Task Order 0001 Request for Proposal Task Order 0001 Clear and Snag Bid Schedule SF-1442 IDIQ SATOC Solicitation NOTE: PLEASE REFER TO THE ATTACHED DOCUMENTS The first Task Order is being released along with this Indefinite Delivery Indefinite Quantity (IDIQ) solicitation. Award of the IDIQ SATOC and Task Order will be based on price (after technical criteria is met) from the bid schedule in said Task Order Single Award Task Order Contract (SATOC), for Port and Harbor Operations to include, but not limited to, Snag and Clear, delivery of concrete blocks or stone for use in breakwater repair, short notice (24-48hr) clearing and snagging of foreign debris and material (trees, branches, tires, etc.) and other marine work in support of the USACE within the designated geographic area. The geographic area is defined as the waterways along Niagara, Erie and Chautauqua Counties in Western New York. This acquisition is being offered as a 100% total small business set aside. The life of the contract is for the period of five (5) years or $500,000; whichever occurs first. The order limitation of task orders shall range between $10K and $100K. Task orders issued under this SATOC will be firm-fixed price. Description of work: Work is expected to fall in the general NAICS code 237990, Other Heavy and Civil Engineering Construction. Evaluation Criteria: The Government will use Lowest Price Technically Acceptable evaluation criteria in accordance with Federal Acquisition Regulation (FAR) Part 15.101-2. The first Task Order is being released along with this IDIQ solicitation. Award of the IDIQ SATOC and Task Order will be based on price (after technical criteria is met) from the bid schedule in said task order. EVALUATION FACTORS: Lowest Price Technically Acceptable (LPTA) Evaluation Factors Award of the SATOC will be made on the basis of the lowest evaluated price of proposals that meets the acceptability standards for non-cost factors. Award of the SATOC will be made on the following factors that are associated with Task Order 0001 under the SATOC. The LPTA factors are as follows: TECHNICAL: 1 ) Contractors must furnish at least two (2) relevant past performance references that are similar in size and scope to the requirements of Delivery Order 0001. 2) Contractor must demonstrate that they possess the necessary equipment to complete the Clear and Snag requirements. Specifically: -The collection barge must be able to temporarily store one full days worth of clearing and snagging debris. The equipment to be used for clearing and snagging must be able to safely lift large debris at 60 feet from the face of its marine vessel. The equipment to be used for relocation of concrete blocks or stone must be able to safely lift 10.5 tons at 20 feet from the face of its marine vessel. 3) The contractor must demonstrate the ability to mobilize within 24 hrs to work in Buffalo area. PRICE: 4) In order to evaluate price, offerors shall complete the attached bid schedule for years 1-5. The total price for all years combined will be used for evaluation purpose. ** If selected for award, the unit rates proposed for Year 1 will be used on Task Order 0001. Following information shall be included in the proposal: •- - Bidders are to fill out the attached Bid Schedule •- - Bidders shall provide a company cover sheet with their respective information •- - Bidders must furnish a statement, limited to 15-20 pages (excluding the Bid Schedule) in response to the evaluation factors with the following information: •1. At least two (2) relevant past performance references that are similar in size and scope to the requirements of Delivery Order 0001 •2. Demonstrate that you possess the necessary equipment to complete the Clear and Snag requirements as specified under the technical evaluation factor •3. Demonstrate the ability to mobilize within 24 hrs to work in the Buffalo area. •- - An electronic submission of proposals is a preferred method NOTE: PLEASE REFER TO THE ATTACHED DOCUMENTS The Contractor is urged to attend a pre-bid site visit. The pre-bid site visit will take place on 26 April 2011 at 9:00 AM. If the weather is unsuitable for this date, a notification will be posted to FBO, as well as any further updates on date changes. Please refer to the attached Scope of Work for further details. ***Note that contractors are limited to having two (2) people attend the pre-bid site visit due to a limited capacity*** Proposals are due by 3:00 EST 13 May 2011. Proposals shall be delivered to Oksana Strekha, Contracting Division, Department of the Army, U.S. Army Engineer District, Buffalo, 1776 Niagara Street, Buffalo, NY 14207, 716-879-4122 or by email (preferred) to oksana.strekha@usace.army.mil with a CC to tyrone.b.palaganas@usace.army.mil. This solicitation is being issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Offerors must register in the Central Contractor Registration (CCR) at www.ccc.gov. After completing CCR, contractors and their subcontractors must register at www.fbo.gov in order to download RFP documents. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-04-19 15:47:45">Apr 19, 2011 3:47 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-04-19 16:17:58">Apr 19, 2011 4:17 pm Track Changes THIS MODIFICATION REMOVES A WORD USAGE THAT HAS NO BEARING ON THIS SOLICITATION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACW49/W912P4-11-R-0014/listing.html)
 
Place of Performance
Address: Throughout the waterways in the Western New York region., Buffalo, New York, 14207, United States
Zip Code: 14207
 
Record
SN02427859-W 20110421/110419234619-9ebcd53b9ea8f5c384ee0e6dc29dc433 (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.