Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
SOLICITATION NOTICE

J -- Drydock and Repair Towboat Kent - W912P8-17-R-0002

Notice Date
11/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New Orleans, Attn: CEMVN-CT, PO Box 60267, New Orleans, Louisiana, 70160-0267, United States
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-17-R-0002
 
Archive Date
12/7/2016
 
Point of Contact
Lauren A. Gandolfi, Phone: 5048622340
 
E-Mail Address
lauren.a.gandolfi@usace.army.mil
(lauren.a.gandolfi@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Drawing 17 of 17 Drawing 16 of 17 Drawing 15 of 17 Drawing 14 of 17 Drawing 13 of 17 Drawing 12 of 17 Drawing 11 of 17 Drawing 10 of 17 Drawing 9 of 17 Drawing 8 of 17 Drawing 7 of 17 Drawing 6 of 17 Drawing 5 of 17 Drawing 4 of 17 Drawing 3 of 17 Drawing 2 of 17 Drawing 1 of 17 W912P8-17-R-0002 UNRESTRICTED PROCUREMENT: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. NAICS Code: 336611. This requirement is being issued as Unrestricted under Request for Quote (RFQ) No. W912P8-17-R-0002. The Government anticipates awarding one Firm Fixed Price contract award from this solicitation. The U.S. Army Corps of Engineers, New Orleans District, has a requirement to drydock and repair the towboat KENT. The KENT is a welded steel towboat 85' long, 32' wide and 10'-6" deep. The light displacement is 304 long tons. The loaded displacement is 410 long tons. Loaded draft is approximately 8'-6". SEE ATTACHED SCOPE OF WORK AND SUPPORTING DOCUMENTS. Proposals received will be evaluated based on FAR Clause 52.212-2 Evaluation--Commercial Items (Jan 1999). The clause will be incorporated into the solicitation and shall read as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Acceptability - Technical Acceptability is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the specifications, including evidence of the offeror's capability to provide the items specified and the ability to meet or exceed the specified delivery schedule of 45 calendar days after delivery of the vessel. To be determined Technically Acceptable offerors shall submit proof of the following with their proposal: - Availability of drydock facilities by 9 January 2017 and the ability to meet or exceed the specified delivery schedule of 45 calendar days after delivery of the vessel. Contractor's facility must be within a 100 mile radius of the U.S. Army Engineer District office facility, 7400 Leake Avenue, New Orleans, LA 70118. - Floating drydock or fixed drydock with the capacity to safely drydock the towboat KENT, which possesses the following characteristics: * Length: 85 ft * Width: 32 ft * Light Displacement: 304 long tons * Loaded Displacement: 410 long tons * Loaded Draft: 8' 6'' 2. Past Performance - to demonstrate satisfactory past performance the offeror shall provide documentation of satisfactory performance on past or current contracts of a similar type, size, scope and complexity, performed within the last three (3) years including references, with names and contact information of the references who can verify such past performance. 3. Price - All quotes submitted will be evaluated for Technical Acceptability, Satisfactory Past Performance & Price. The government will issue award to the offeror whose quote is the Lowest Price of those determined to meet at least the minimum requirements to be determined technically acceptable & demonstrates satisfactory past performance. It is incumbent upon the offeror to submit sufficient information for the Government to determine technical acceptability, satisfactory past performance and price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your proposal. PROPOSAL DUE DATE: Proposals must be received no later than 12:00pm CT on 22 November 2016. Proposals should be e-mailed to lauren.a.gandolfi@usace.army.mil. NOTES: 1) Lack of registration in the SAM database will make an offeror ineligible for award. 2) Offerors must provide Representations and Certifications for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration must print complete and include FAR Clause 52.212-3, Offeror Representations and Certifications - with their package.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-17-R-0002/listing.html)
 
Record
SN04322848-W 20161110/161108234307-b3aae015557bc443764e3f0560aca481 (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.