MODIFICATION
Z -- SATOC for Construction Industrial Support Services at the Naval Surface Warfare Center Land-Based Test Sites, Carderock Division, Philadelphia, PA
- Notice Date
- 9/6/2012
- Notice Type
- Modification/Amendment
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-12-R-0047
- Point of Contact
- Emily M. Giardino, Phone: 2156563202
- E-Mail Address
-
emily.m.giardino@usace.army.mil
(emily.m.giardino@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Philadelphia District intends to procure on a competitive unrestricted basis, one (1) Single Award Task Order Contract providing for the issuance of firm fixed price task orders to furnish construction related industrial support services to the Naval Surface Warfare Center, Carderock Division, Philadelphia, Pennsylvania, Ship Systems Engineering Station (NSWCCD-SSES), Machinery Research & Engineering Department. Support shall include, but is not limited to, the fabrication, installation, testing, maintenance, and removal of Navy shipboard machinery systems and associated components at various test sites and buildings located at NSWCCD-SSES, Philadelphia, Pennsylvania, and when required, the contractor shall also provide construction, renovation, and facility maintenance support for buildings and laboratories at NSWCCD-SSES. The duration of this contract will be a one (1) year base period beginning on the date of award of the contract with four (4) one year optional periods. The minimum guarantee is $50,000.00. The minimum task order amount is $2,500.00 and maximum amount is $9M. The cumulative one period ceiling shall not exceed $9M. Competitive best value source selection procedures (FAR 15.101) will be used for this procurement and offerors are required to submit technical and cost proposals. The source selection factors are: 1. Experience, 2. Past Performance, 3. Project Key Personnel, 4. Small Business Utilization, and 5. Price. All evaluation factors are approximately equal; the four (4) technical factors, when combined, are significantly more important than price. Detailed evaluation criteria will be included in the RFP package. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all offerors; to award the contract to other than the lowest price and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. Award of the contract will be made as a whole to the offeror whose proposal conforms to all requirements of the specifications and offers the "greatest value" to the Government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. Solicitation Number W912BU-12-R-0047 will be issued on or about 11 September 2012, with a proposal due date of 10 October 2012. The NAICS Code for this project is 238990 with a size standard of $14 million. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Plans and specifications should be downloaded via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. Also, contractors who receive a federal contract of $100,000.00 are required by legislation (FAR 22.1310(b)) 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 website: https://vets100.vets.dol.gov. All contractors must be registered in the DODs Central Contractor Registration database (www.ccr.gov) as required by DFARS 204.7300. Davis Bacon rates will be applicable on individual task orders. Performance and Payment Bonds may be applicable on individual task orders. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Liquidated damages, if applicable, will be specified on individual task orders. Award will be made as a whole to one offeror. This procurement is advertised as Unrestricted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-12-R-0047/listing.html)
- Place of Performance
- Address: U.S. Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania, 19107, United States
- Zip Code: 19107
- Zip Code: 19107
- Record
- SN02872004-W 20120908/120907002102-618b4ee6625919f9047f7b3401439a17 (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 |