Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2015 FBO #4878
MODIFICATION

19 -- One (1) self propelled aluminum hydrographic surveyboat (2987)

Notice Date
4/1/2015
 
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-15-R-0021
 
Response Due
5/12/2015
 
Archive Date
6/11/2015
 
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
The U.S. Army Corps of Engineers, Philadelphia District, intends to initiate a Request for Proposal (RFP) for the necessary marine services to obtain one (1) self propelled, foil assisted, catamaran, aluminum hydrographic survey boat, including delivery. The vessel is to be approximately 62 feet long and approximately 25 feet wide. The vessel will be capable of operating in open waters within twenty miles of shore and in shallow, drift strewn rivers. The vessel will be constructed IAW US Coast Guard Subchapter quote mark T quote mark. The vessel will be designed for 27 knots (minimum) in 6 foot seas. Fuel Capacity will be 1200 gallons minimum. Vessel propulsion shall utilize propelors. The vessel 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 0 and 10 degrees (F). There are no options associated with this requirement. Delivery and final acceptance will be at the U.S. Army Corps of Engineers Philadelphia District Office, Philadelphia, PA Period of performance including delivery is 18 months after Notice to Proceed. The NAICS code is 336611 and the size standard is 1,000 employees. This procurement is 100% set-aside for small business. 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 approach for this contract will be the Tradeoff Process; it will be in the best interest of the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror. The three evaluation factors that will be used in determining the most beneficial offer to the government are: Technical Capability, Past Performance and Price. Technical Capability has the following sub-factors: Product, Management and Experience. 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-15-R-0021 will be issued on or about 13 April 2015 with a closing date of on or about 12 May 2015 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-15-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
SN03686630-W 20150403/150402000025-96674c4fbed5b2af27054165691fbd55 (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.