SOLICITATION NOTICE
99 -- RECOVERY--99--PROJECT NUMBER 111274, CELRN STOP LOGS FOR TENNESSEE RIVER
- Notice Date
- 6/16/2010
- Notice Type
- Presolicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-10-R-0034
- Response Due
- 8/3/2010
- Archive Date
- 10/2/2010
- Point of Contact
- Adriana Dunaway, 215-656-6895
- E-Mail Address
-
USACE District, Philadelphia
(adriana.a.dunaway@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY: The USACE Marine Design Center, through the Philadelphia District intends to initiate a Request for Proposal (RFP) for the construction, testing and delivery of six steel stop logs, with the option for two additional stop logs(subject to the availability of funding) for the use by the Nashville District on the Tennessee River. Three special stop logs and three regular stop logs are required along with delivery on the water to Wilson Lock, Tennessee River, Mile Mark 259.4R (Florence, AL). 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. THE SOURCE SELECTION PROCESS WILL BE BASED ON THE LOWEST PRICED TECHNICALLY ACCEPTABLE OFFER. The source selection evaluation factors are: 1) Experience, 2) Management, 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 or not 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 offerors best terms. Bonding will be required, please review all bonds and accompanying documents required to be submitted. Liquidated damages will apply and will be specified in solicitation. Warranty of supplies/services will apply. This procurement is unrestricted. The funding for this procurement utilizes ARRA funds. The NAICS Code for this project is 332312. Issue date for solicitation is on or about 01 July 2010, with proposals due by 2:00 p.m. on or about 03 Aug 2010. 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 RFP is the Web. All amendments to the RFP 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 RFP and any amendments. 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 This solicitation is subject to availability of funds.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-10-R-0034/listing.html)
- Place of Performance
- Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
- Zip Code: 19107-3390
- Zip Code: 19107-3390
- Record
- SN02178859-W 20100618/100616234700-4d9c3a5f281c992eb7a794c395b203c4 (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 |