Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
MODIFICATION

Z -- SATOC for Construction Industrial Support Services at the Naval Surface Warfare Center Land­ Based Test Sites, Philadelphia Division, Philadelphia, PA

Notice Date
5/25/2017
 
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-17-R-0010
 
Point of Contact
Robert W. Hutcheon, Phone: (215) 656-2291
 
E-Mail Address
robert.w.hutcheon@usace.army.mil
(robert.w.hutcheon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Code: Z Subject: SATOC for Construction Industrial Support Services at the Naval Surface Warfare Center Land­ Based Test Sites, Philadelphia Division, Philadelphia, PA Solicitation Number: W912BU-17-R-0010 Set-Aside Code: Unrestricted Response Date: 27 June 2017 Place of Performance: U.S. Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania 19107-3390 Description of Work: 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, Philadelphia Division, Philadelphia, Pennsylvania (NSWCPD), 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 NSWCPD, Philadelphia, Pennsylvania. The duration of this contract will be three (3) years. The minimum guarantee is $50,000.00. The minimum task order amount is $2,500.00 and maximum amount is $20M. The cumulative ceiling shall not exceed $49M. 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. To be considered, the prospective contractor, his business and personnel must be able to obtain security clearances as detailed in the RFP. 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-17-R-0010 will be issued on or about 25 May 2017, with a proposal due date of 27 June 2017. The NAICS Code for this project is 238990 with a size standard of $15.0 Mil. 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 verbal (telephonic), or fax requests will be accepted. All questions will be submitted via e-mail and have the solicitation's number referenced in the subject line. All questions will be sent to: robert.w.hutcheon@usace.army.mil. 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://vetslOO.vets.dol.gov. All contractors must be registered in the DOD's System For Award Management database (www.sam.gov) as required by DFARS 204.1103. 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-17-R-0010/listing.html)
 
Place of Performance
Address: U.S. Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia Naval Shipyard, NAVSEA-NSWCPD, Philadelphia, Pennsylvania, 19122, United States
Zip Code: 19122
 
Record
SN04522489-W 20170527/170526000707-d4741b232d4885d703f1a3a235ac681a (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.