Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
MODIFICATION

19 -- Three (3) Aluminum Catamaran Survey Vessels (2794/2895/2952) - Solicitation 1

Notice Date
7/28/2014
 
Notice Type
Modification/Amendment
 
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-14-R-0021
 
Response Due
8/27/2014 2:00:00 PM
 
Archive Date
9/30/2014
 
Point of Contact
Adriana A. Dunaway, Phone: 215-656-6895, Karyn D Price, Phone: 215-656-6924
 
E-Mail Address
adriana.a.dunaway@usace.army.mil, karyn.d.price@usace.army.mil
(adriana.a.dunaway@usace.army.mil, karyn.d.price@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation The U.S. Army Corps of Engineers, Philadelphia District, intends to initiate a Request for Proposal (RFP) for the necessary marine services to obtain three (3) self propelled, foil assisted, catamaran, aluminum hydrographic survey-boats, including delivery. The vessels are to be approximately 55 feet long and approximately 22 feet wide. The vessels will be capable of operating in open waters within twenty miles of shore and in shallow, drift strewn rivers. The vessels will be constructed IAW US Coast Guard Subchapter quote mark T quote mark. The vessels will be designed for 30 knots (minimum) in 3-foot seas. Fuel Capacity will be 1000 gallons minimum. The vessels will employ water jet propulsion. The vessels will be equipped with two AC generators. The HVAC system will be sized to maintain cabin temperature approximately 70 degrees (F) with exterior temperatures between 15 and 105 degrees (F). There are no options associated with this requirement. Delivery and final acceptance will be at the following U.S. Army Corps of Engineers Districts: Baltimore District Office, Baltimore, MD. Norfolk District Office, Norfolk, VA. New Orleans District Office, New Orleans, LA. Period of performance including delivery is 24 months after award of contract. The NAICS code is 336611 and the size standard is 1,000 employees. This procurement is 100% set-aside for small business. A bid guarantee and performance and payment bonds will be required; warranty of supplies/services and liquidated damages will apply. 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 (FAR). The source selection process will be based on the lowest priced technically acceptable offer. The source selection technical evaluation factors are: 1) Experience, 2) Technical, 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 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 offeror's best terms. The Solicitation Number W912BU-14-R-0021 will be issued on or about 15 July 2014 with a closing date of or about 14 August 2014 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 offeror's 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 System for Award Management by award (SAM) before award as required by FARS 4.605. 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: http://www.dol.gov/vets/vets-100.html. 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-14-R-0021/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN03439639-W 20140730/140728234511-4d36e71a07a4fd98ecb868c263f5b53c (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.