Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2011 FBO #3483
MODIFICATION

20 -- Procurement of a Ladder Dredge Pump and Pump Drive System - Amendment 3

Notice Date
6/6/2011
 
Notice Type
Modification/Amendment
 
NAICS
333911 — Pump and Pumping Equipment 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-11-R-0034
 
Response Due
6/6/2011 1:00:00 PM
 
Archive Date
8/5/2011
 
Point of Contact
Robert R Hilton, Phone: 2156566911
 
E-Mail Address
robert.r.hilton@usace.army.mil
(robert.r.hilton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0003 to Solicitation No. W912BU-11-R-0034 to extend the closing date until 24 June 2011 at 1:00 PM E.S.T. The U.S. Army Corps of Engineers (USACE) intends to procure a new ladder dredge pump and drive system, and ladder mounted dredge pump piping for the Dredge HURLEY in support of dredging efforts for the U. S. Army Corps of Engineers, Memphis District. The pump will be one single-suction, single-walled, centrifugal dredge pump, bearing assembly, bolted cleanout assembly spool piece and spare impeller, casing, suction liners and hub liners. Additional equipment will include suction sluice valve, anti-vacuum valve and lifting device(s) to remove/install impeller and casing in the vessel. A reduction gear, drive motor, motor controllers, and ladder mounted dredge piping will also be provided. The acquisition will be a negotiated; best-value procurement performed using the Contracting by Negotiation procurement process prescribed in Part 12 & 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. Offeror's shall submit their proposals in two separate parts; a price proposal and a technical proposal. This procurement will be issued as an unrestricted procurement. This requirement, as required by FAR 5.201, will be synopsized and advertised through the Army Single Face to Industry (ASFI) acquisition website. A Request for Proposal (RFP) will be issued with a proposed closing of thirty (30) calendar days from the date the solicitation is issued. In accordance with FAR 15.304, the technical factors as a whole are more important than Price; however, Price remains a significant factor in determining 'Best Value'. Which are listed in descending order of importance: 1) Product, 2) Management and Organization, 3) Past performance and expertise of the firm in the dredge pump manufacturing and installation field and, 4) Price Reasonableness. Further, the Government has identified desirable features in Section C to provide offerors flexibility to provide the best system. Initial cost proposals must be submitted along with initial technical proposal to the Contracting Officer in accordance with the requirements of the 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 offeror's best offer. All work shall be in accordance with the specifications and drawings included in the Request for Proposal (RFP). Specific discussion of these factors, format and specific topics to be addressed in the proposal, are listed and described in 'Instructions, Conditions and Notices to Offerors,' which contains the specific proposal submittal requirements. Offerors are advised that each proposal submitted shall be complete and in the format required, with information organized as specified in the solicition. The award will be made on the basis of these factors. Warranty of supplies/services will apply. 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 contractor's 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://www.dol.gov/vets/programs/fcp/main.htm. 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-11-R-0034 will be issued on or about 9 May 2011 with proposals due on 24 June 2011. 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 an unrestricted procurement. The NAICS Code is 333911; SIC Code 3731, with a size standard of 500 employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-11-R-0034/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, U.S. Army Engineer District, Memphis Ensley Engineer Yard, 2915 Riverport Road Memphis TN
Zip Code: 38109
 
Record
SN02465316-W 20110608/110606234950-27c876e15b8bd0b9359904f574594480 (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.