Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2009 FBO #2840
MODIFICATION

J -- Derrickboat Woodie Walden Crane Control Systems Upgrade - Amendment 3

Notice Date
9/1/2009
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
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-09-T-0064
 
Response Due
8/28/2009 11:59:00 PM
 
Archive Date
10/27/2009
 
Point of Contact
Adriana A. Dunaway, Phone: 215-656-6895, Catherine T. Schoenherr, Phone: 215-656-6764
 
E-Mail Address
adriana.a.dunaway@usace.army.mil, catherine.t.schoenherr@usace.army.mil
(adriana.a.dunaway@usace.army.mil, catherine.t.schoenherr@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 03 The Philadelphia District intends to initiate a Request for Quote (RFQ), under FAR Part 12, to acquire and contract all services (Engineering and Design, Integration, Fabrication, Delivery, Installation and Testing) related to upgrading the crane control systems on the Derrickboat Woodie Walden in support of maintenance missions for the U.S. Army Corps of Engineers, Huntington District. The crane control system is a GE Maxspeed Crane Drive System. Many of the systems components require replacement with modern components as the existing components are considered mature and no longer supported by GE. Independent power is supplied by two Gensets with Caterpillar 3412 Engines and 435KW Caterpillar #SR4 Generators. Additionally, an Emergency Genset with a Caterpillar 3304 Engine and 205KW Caterpillar #SR4 Generator is used for back up. The Derrickboat Woodie Walden is a floating crane that supports USACE operations and maintenance missions along the Ohio River. The vessels key dimensions are: 195' LOA 54' Beam 10' Depth The quotes will be reviewed for completeness in satisfying the requirements of the RFQ and evaluated on the merit against the following evaluation factors listed in descending order of importance (a) Technical factors: (i) Technical, (ii) Schedule, (iii) Management, (iv) Experience/Past Performance and (b) Price factor: Price reasonableness. Initial price quotes must be submitted along with initial technical quote to the Contracting Officer in accordance with the requirements of the RFQ. The Government may award a Purchase Order on the basis of initial quotes received without discussions; therefore, each quote should contain the offerors best terms. RFQ No. W912BU-09-T-0064 will be available on or about 14 August 2009. Hard copies will not be available and written or fax requests will not be accepted. Contractors may download the solicitation (including any drawings) and any amendments via the FedBizOpps web site, www.fbo.gov, on (or after) the issue date. The official media of distribution for the RFQ is the Web. All amendments to the RFQ will be posted to the FedBizOpps web site. It is the offerors 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 RFQ and any amendments. Proposals will be due on, or about, 28 August 2009. The NAICS code is 336611 and the size standard is 1,000 employees. Warranty of supplies/services will apply. All contractors are required to be registered in the DOD Central Contract Registry before award as required by DFARS 204.7300. Information on getting registered may be obtained by phone at 1-888-227-2423 or by accessing the following internet website: http://www.ccr.gov. 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 calling 301-306-6752 or by accessing the following internet web site: http://vets.dol.gov/vets100. The POC for this action is, Adriana Dunaway, Contract Specialist, adriana.a.dunaway@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-09-T-0064/listing.html)
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN01936226-W 20090903/090902005718-5df4934b0fee25c9c262224702d4cac2 (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.