Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2003 FBO #0683
MODIFICATION

20 -- Replace existing crane of the New York District Drift Collector GELBERMAN with a new knuckle book crane.

Notice Date
10/9/2003
 
Notice Type
Modification
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-04-R-0002
 
Response Due
12/1/2003
 
Archive Date
1/30/2004
 
Point of Contact
Maureen Jordan, 215 656-6763
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia
(maureen.jordan@nap02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The U.S. Army Corps of Engineers, Philadelphia District, and the Marine Design Center intends to initiate a negotiated, best-value procurement conducted under Federal Acquisition Regulations Parts 13 and 15 to replace the existing crane of the New York Dis trict Drift Collector GELBERMAN with a new knuckle boom crane. The new knuckle boom crane shall have comparable lifting capacity as the existing crane, but more boom outreach. The knuckle boom crane shall be outfitted with a grapple, as well as winch and hook. The Drift Collector GELBERMAN lifts and removes debris from the waters of New York Harbor and Newark Bay. The existing crane is a NAUTILUS 3000-102-010. Maximum boom outreach is 26 feet; rated capacity is 11,200 pounds at 15 feet, and 5,760 pounds at 26 feet. The crane is powered by a self-contained diesel hydraulic power pack located in the engine room. The existing debris collection system consists of a telescoping boom hydraulic crane serving a debris area on the vessel after deck. The crane lifts debris using a hook and winch. The knuckle boom configuration will allow direct retrieval of debris by reaching to the water with the boom tip and grapple, as well as retrieval with winch and hook. Proposals will be reviewed for completeness in sat isfying the requirements of the Request For Proposal (RFP). The Proposals will be evaluated on their merit against the following evaluation factors: Technical Factors (a) Product; (b) Management; and (c) Past Performance and Experience as well as Price Fac tors (a) Price Reasonableness and (b) Price Realism. Offerors shall provide product literature, technical features and warranty provisions with their quotes. The technical factors as a whole are more important than price. However, price remains a signif icant factor in determining the best value. Initial cost proposals must be submitted along with initial technical proposal to the Contracting Officer in accordance with the requirements of Section L 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 offerors best terms. The RFP Number is: W912BU-04-R-0002 and will be available on the Internet Web pages on or about 31 October 2003. Hard copies will not be available. No written or fax requests will be accepted. Contractors shall download this RFP (including drawings, if any) and all amendments from the Internet web page at the following address: https://e bs.nap.usace.army.mil on or after the issue date of the RFP. The official media of distribution for the RFP is the Internet Web Page. All amendments to this RFP will be posted to the Internet web page at the above address. Hard copies will not be furnis hed. It is the contractors responsibility to monitor the web page for any amendments. Interested contractors must register on the Internet Web page. If any of the contractors information changes during the advertisement period, contractors are responsib le for making changes to their user profile on the Internet Web Page. Failure to make changes in their user profile may cause a delay in receiving notification of the RFP and any Amendments. Contractors are responsible for printing copies of the RFP and any amendments issued. Proposals will be due on or about 1 December 2003 at 1100 hours EST. The applicable North American Industry Classification System (NAICS) Code is 333923, with a size standard of 500 employees. Bonding is required. If your bid gua rantee is in the form of a bid bond, the bond must be properly signed by both the bidder and surety and all required seals must be affixed. PLEASE NOTE: Bonds, Powers of Attorney, Statements of Authenticity and Continuing Validity, and all related docume nts must not bear computer printer generated signatures and/or seals. Documents bearing signatures and/or seals generated as part of a document, as opposed to being affixed to the document after its generation, will not be accepted. Submission of such documents may render your bid or offer non-responsive and ineligible for award. Please review all bonds and accompanying documents required to be submitted. All contractors are required to be registered in the DODs Central Contract Register (CCR) before award as required by DFARS 204.7300. Contractors can obtain information on registration by calling 1-888-227-2423 or by accessing the following internet website: http://www.ccr.gov. Also, contractors who receive a federal contract of $25,000.00 are required by legislation to submit an annual VETS-100 Report on your employment of targeted veterans. Inf ormation on submitting your report may be obtained by calling 703-461-2460 or by accessing the following internet web site: http://vets100.cudenver.edu. This procurement is being solicited unrestricted.
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN00450576-W 20031011/031009213306 (fbodaily.com)
 
Source
FedBizOpps.gov 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.