Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2020 SAM #6727
SOLICITATION NOTICE

Z -- NSWCPD SATOC Shipboard-type & Test Facilities

Notice Date
4/28/2020 10:02:55 AM
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-20-R-0016
 
Response Due
5/27/2020 1:30:00 PM
 
Archive Date
06/11/2020
 
Point of Contact
Maria M. Figueroa-Gomez, James F Casey
 
E-Mail Address
Maria.M.Figueroa-Gomez@usace.army.mil, james.f.casey@usace.army.mil
(Maria.M.Figueroa-Gomez@usace.army.mil, james.f.casey@usace.army.mil)
 
Description
USACE Philadelphia District intends to procure on a full and open competition basis (unrestricted), 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, facilitation, testing, maintenance, and removal of Navy shipboard-type or test equipment machinery systems and associated components at various test sites located at NSWCPD. �Additionally, when required, provide maintenance, repair, renovation, construction, and facility maintenance support for buildings and laboratories at NSWCPD. Award will be made to a single offeror. �The duration of this contract will be five (5) years without options. �The minimum guarantee is $50,000.00. �The minimum task order amount is $2,500.00 and maximum amount is $6 million. �The total contract ceiling shall not exceed $49M.� All responsible sources may submit a proposal which shall be considered by the agency. �Prospective businesses and personnel must be able to obtain security clearances. �Best value tradeoff process (FAR 15.101-1) will be used for this procurement.� Source selection factors may include, but not limited to:� Experience, Past Performance, Project Key Personnel, Small Business Utilization, and Price.� All evaluation factors, other than price, when combined, are approximately equal to price. �Detailed evaluation criteria will be included in the solicitation. 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 Best Value to the Government. �BE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. 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. � Solicitation, W912BU-20-R-0016, will be issued on or before 27 April 2020, with estimated closing date of 27 May 2020. �A site visit is temporarily scheduled for 7 May 2020.� Visit is contingent on Navy�s guidance in response to COVID-19.� The NAICS Code for this project is 238990 with a size standard of $16.5M. �Solicitation documents, plans and specifications will only be available via beta.sam.gov. Therefore, NO hard copies will be offered. �No verbal (telephonic), or fax requests will be accepted. �All questions will be sent to:� Maria.M.Figueroa-Gomez@usace.army.mil and CC,�james.f.casey@usace.army.mil� Important Note(s): IAW FAR 4.1102 (a) Offerors and quoters are required to be registered in SAM (www.SAM.gov) at the time an offer or quotation is submitted in order to comply with the annual representations and certifications� All Services Disabled/Veterans Owned Business or Veterans Owned Small Business must be registered with the Department of Veterans Affairs Center of Veterans Enterprise Vet Biz Registry. Pursuant to FAR 22.1303(b) The Act requires submission of the VETS-4212 Report in all cases where the contractor or subcontractor has received an award of $150,000 or more, except for awards to State and local governments, and foreign organizations where the workers are recruited outside of the United States. Warning: The official media for distribution of this Synopsis Notice is Contract Opportunities website, beta.SAM.gov.� It is the responsibility of the interested vendor(s) to register in Beta.Sam.gov and monitor the notice for any changes.� Please ensure you remain aware of the latest CDC guidance on preventive measures to slow the spread of the Coronavirus (COVID-19).� Take all appropriate precautions � washing hands, social distancing, etc.�� CDC link: https://www.cdc.gov/coronavirus/2019-ncov/index.html�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f3a9db23870c4435b97db8b07f27c212/view)
 
Place of Performance
Address: Philadelphia, PA, USA
Country: USA
 
Record
SN05638228-F 20200430/200428230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.