Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2020 SAM #6720
SOLICITATION NOTICE

J -- Norfolk District Vessel Repair MATOC IDIQ

Notice Date
4/21/2020 10:27:46 AM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W912320R5007
 
Response Due
5/6/2020 9:00:00 AM
 
Archive Date
05/21/2020
 
Point of Contact
Stormie S. B. Wicks, Phone: 7572017215, Eartha Garrett, Phone: 7572017131
 
E-Mail Address
Stormie.B.Wicks@USACE.Army.Mil, Eartha.D.Garrett@usace.army.mil
(Stormie.B.Wicks@USACE.Army.Mil, Eartha.D.Garrett@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Norfolk District, Corps of Engineers will be issuing a solicitation for a 100% SMALL BUSINESS SET-ASIDE, firm fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) Best-Value Tradeoff Multiple Award Task Order Contract (MATOC), located in Norfolk, VA The effort will be solicited and awarded utilizing the Best-Value Tradeoff Negotiated procedures under FAR Part 15.� The MATOC will consist of a five year base period The purpose of this acquisition is to provide a contracting tool to support the Norfolk District�s annual need to perform maintenance and repair of the District�s Floating Plant. Maintenance includes routine, scheduled preventive and predictive maintenance tasks designed to maintain availability of the assets according to manufacturer�s recommended service schedules and preventive maintenance tasks scheduled in the Facilities and Equipment Maintenance (FEM) database. Maintenance also includes cyclic maintenance availabilities for five of the District�s Floating Plant. Cyclic maintenance involves drydocking of vessels on a three year cycle to conduct maintenance items related to safety of life at sea, stability, and seaworthiness. During the drydocking, all below the waterline running gears, such as propellers, shafts, rudders, and keel coolers are serviced and the hull is inspected and painted. Repair actions include all manner of vessel repairs to include, but not limited to, propulsion systems, electronics, hydraulics, pneumatics, air conditioning, pump systems, and power generation. Due to the nature of operational requirements and the necessity to ensure Floating Plant assets are available for contingency events, in the event that a deficiency causes an asset to be non-mission capable, repair actions are considered emergencies; requiring a rapid response and short turn-around. The District intends to consolidate these vessel repair requirements into one solicitation to be awarded to two pools of contractors. The first pool will consist of contractors capable of drydocking the three largest Floating Plant Assets, the Derrick Boat Elizabeth, Crane Barge ND-6, and Survey Vessel Ewell. The second pool will consist of contractors capable of drydocking the two smaller Floating Plant Assets, the Tender Harrell and the Survey Vessel Adams II, as well as conduct pierside maintenance, towing and diving operations related to vessel repair. The anticipated evaluation factors for this action will be as follows:� (A) Key Personnel (B) Specialized Experience (C) Past Performance and (D) Cost/Price. The relative order of importance of the non-price evaluation factors (Factors A, B, and C) are equal to each other. The combined non-price factors are approximately equal to price. Proposers will be evaluated on both technical quality and conformance to the Solicitation and price. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest total price and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. Liquidated Damages shall be assessed in the amount of $1,522.00 for each day of delay. The MATOC Not to Exceed (NTE) Capacity Amount over the life of the contract is $5,000,000.00. �The NAICS code applicable to this requirement is 336611, with a small business size standard of 1250 employees. Pre-award survey will determine contractor responsibility in accordance with FAR 9.104 and 9.106. Offerors will be evaluated on both pre-award survey and conformance to the solicitation and price. Bid bonds will be required with bid submittals.�������������������������������������� The solicitation will be available in electronic format only. Paper copies of this solicitation will not be available.� Other methods of requesting a package will not be honored. This solicitation will be posted on the beta.SAM.gov website at https://beta.sam.gov on/about July 2020. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES.� No hard copies will be available. � Prospective contractors MUST be registered in the DOD System for Award Management (SAM) database in order to obtain access to beta.SAM.gov. It is incumbent upon vendors to monitor beta.SAM.gov for the release of the solicitation, specification, drawings, and all subsequent amendments. SAM Registration must also be ACTIVE and current to be eligible for contract award. Information on registration and annual confirmation requirements may be obtained by calling 1-866-606-8220 or via the Internet at http://www.sam.gov. Lack of registration in the SAM database will prevent access to beta.SAM.gov and will make a Bidder ineligible for award. Inquires may be directed to Stormie Wicks by email at Stormie.B.Wicks@usace.army.mil cc�d Eartha D. Garrett at Eartha.D.Garrett@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c6665980d9f04a82b872cb8e7863c292/view)
 
Place of Performance
Address: Norfolk, VA 23510, USA
Zip Code: 23510
Country: USA
 
Record
SN05630660-F 20200423/200422060350 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.