Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2017 FBO #5641
MODIFICATION

H -- DRIFTMASTER Crane Inspection - Amendment 1

Notice Date
5/2/2017
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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-17-T-0019
 
Archive Date
5/20/2017
 
Point of Contact
Kecia M. Blackwell, Phone: 2156566894, Adriana A. Dunaway, Phone: 215-656-6895
 
E-Mail Address
kecia.m.blackwell@usace.army.mil, adriana.a.dunaway@usace.army.mil
(kecia.m.blackwell@usace.army.mil, adriana.a.dunaway@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001 a. This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a formal written solicitation will be included as part of this submission. (SEE ATTACHED SOLICITATION). This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation. It is the offeror's 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. b. The Solicitation Number for this acquisition is W912BU-17-T-0019 and a separate attachment (SF1449) is issued as a Request for Quotes (RFQ). c. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94 and 95 effective date 19 January 2017. Clauses and Provisions are available on line at HTTP://farsite.hill.af.mil. d. This requirement is a 100% Small Business Set-Aside under NAICS 541990, All Other Professional, Scientific and Technical Services. Size standard is $15.0 million. Award will be based on lowest price to a responsible offeror that conforms to the requirements of the RFQ. e. The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price contract for a contractor to provide all services related to inspection of the crane on the U.S. Drift Collection Vessel "DRIFTMASTER" which is owned and operated by the U.S. Army Corps of Engineers, New York District. The vessel is equipped with an 18-ton A-Frame derrick crane. See the DRIFMASTER Profile View drawing attached to this solicitation. The crane is outfitted with a hydraulic winch to provide topping hoist for the boom, hydraulic winches for the main and auxiliary hoists, and a hydraulically operated motor for slewing functions through the geared pedestal. The drawings for the existing crane are included with this solicitation as reference drawings (see attached file named Crane Related Drawings.pdf). The general assembly details of the crane are shown on drawing No. 1525910. The crane uses a swivel block assembly located at the top of the A-Frame for the hoisting the boom. This is shown on drawing No. 1526404 that is included in the attached Crane Related Drawings. The A-Frame also includes a boom line guide sheave located at the middle of the A-Frame for guiding the hoisting wire. This is shown on drawing No. 1525703 which is included in the attached Crane Related Drawings. The vessel is currently located at the U.S. Army Corps of Engineers, Caven Point Terminal, 3 Chapel Avenue, Port Liberty, Jersey City, New Jersey 07305. The intent is for the Contractor to remove various components while the vessel is located at the Caven Point Terminal and transport the components to his facility for inspection. Since the condition of components is unknown and will be until the components are disassembled for inspection, the Contractor is not responsible for any costs associated with repair or replacement of any parts for the components. After all inspections are completed, the Contractor will reinstall the components and test the crane. All work shall be performed in accordance with OSHA requirements (29 CFR 1926) as well as all requirements under the U.S. Army Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1) which is available for download at: http://www.usace.army.mil/SafetyandOccupationalHealth/SafetyandHealthRequirementsManual.aspx. f. Price and Past Performance will be evaluated in accordance with in DFARS 213.106-2(b)(i)(B)&(C). Past Performance history shall be evaluated for each supplier's past performance history in the Past Performance Information Retrieval System (PPIRS). Special attention will be given to the FSC and PSC of the supplies being purchased. Award will be made to the supplier whose quote represents the best values to the Government quoting the lowest price and that has anything other than an "Unsatisfactory" rating in PPIRS. g. FAR Provisions and Clauses applicable to this acquisition are provided on an attached SF1449 and are incorporated in their entirety. Each offeror is required to fill out and sign the SF1449 and return a signed copy along with their quote by the closing date and time listed. h. All quotes shall be submitted electronically by (2:00PM) EST on 5 May 2017 to Kecia M. Blackwell at kecia.m.blackwell@usace.army.mil. If there are any amendments to this requirement, all amendments are required to be filled out and submitted with the attached SF1449 document by the due date. i. For information regarding this solicitation, the USACE Point of Contacts are Kecia M. Blackwell or Adriana A. Dunaway. Please contact electronically at kecia.m.blackwell@usace.army.mil or Adriana.a.dunaway@usace.army.mil. j. All contractors are required to be registered in the System for Award Management (SAM) database before award of a contract as required by FAR 4.1102. Period of Performance: All inspections shall be completed and all components shall be transported back to the Caven Point Terminal no later than 45 calendar days after NTP. Additional Information: All vendors responding to this combined synopsis/solicitation are required to fill out/sign the SF1449.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-T-0019/listing.html)
 
Record
SN04493052-W 20170504/170502235313-a4fde9afbf73ed23fface65ce3cf5252 (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.