Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2018 FBO #6109
SOLICITATION NOTICE

67 -- Visual Bridge Sumulator System Projection Replacement - Solicitation Package

Notice Date
8/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
693JF718R000034
 
Archive Date
9/27/2018
 
Point of Contact
Judy Bowers, Phone: 2023661913
 
E-Mail Address
judy.bowers@dot.gov
(judy.bowers@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Questionnaire Statement of Work Solicitation Solicitation Number: 693JF718R000034 Notice Type: Solicitation Synopsis: RFP - Visual Bridge Simulator System Projection Replacement This is a Request for Proposals (RFP) is for the United States Merchant Martine Academy (USMMA) seeking a qualified and experienced contractor to design and build a laser phosphor projection system that will project a forward looking image 240º onto the Academy's fixed curved screen, 30º port aft facing, and 30º starboard aft facing. The images shall fill the existing screens. The forward facing image shall be seamless. The vendor shall supply all necessary projectors, mounts, cabling, software, and hardware. Vendor shall not plan to reuse any of the existing mounts, hardware, software or cabling. As built drawings and facility plans are not available. Vendors must plan on a site visit to collect measurements. (See attached Statement of Work) The North American Industrial Classification System (NAICS) code for this project is 333316 - Photographic and Photocopying Equipment Manaufacturing. The Business Size Standard is $27.5 in average receipts for the last three years. The Government intends to award a Firm-Fixed Price contract. This announcement is a Total Small Business set-aside in accordance with Federal Acquisition Regulation (FAR) 52.219-6. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov/. ATTENTION: DBE Certified or SBA Certified under Section 8(a) Small Disadvantaged Business; HUBZONE Empowerment Contracting Program; and Service-Disabled Veterans-owned business The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with a variable interest rate tied to the Prime Rate published in the Wall Street Journal. For further information, call 1-800-532-1169. Website DOT Short-Term Lending Program. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation will be most advantageous to the Government, price and other factors considered. The Government reserves the right to trade off non-price factors with price. The following factors shall be used to evaluate offers: •a. Technical Qualifications - Experience with construction projects of similar nature and scope. This will be based on key personnel who has successfully performed at least three (3) construction projects of similar nature and scope within the last three (3) years. •b. Past Performance - Provide three (3) references of the same or similar nature and scope performed within the last three (3) years. •c. Price - The Government will evaluate the reasonableness of the total price in accordance with FAR Part 15.4. The Government will evaluate the offer for award purposes by adding the total price for all options (if applicable) to the total price for the basic requirement. •d. Schedule - Performance work schedule must be submitted. Bidders must be registered with an "active" profile in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation; the SAM website is www.SAM.gov. It is the bidder's responsibility to check www.fbo.gov as often as necessary to view posted changes to this synopsis and/or updates/amendments. Proposals are due on Wednesday, September 12, 2018, at 12:00noon, Eastern Standard Time, via email to: Sr. Contracting Officer: Judy Bowers EM: j udy.bowers@dot.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/693JF718R000034/listing.html)
 
Place of Performance
Address: U. S. Merchant Marine Academy, 300 Steamboat Road, Kings Point, New York, 11024, United States
Zip Code: 11024
 
Record
SN05033740-W 20180815/180813231110-fe15d9179f027ea0a3adce9a828e23e0 (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.