Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 25, 2021 SAM #7146
SOLICITATION NOTICE

39 -- Procure (1) 15 Ton Top Running Double Girder Radio Remote Operated Overhead Electric Traveling (OET) Bridge Crane With Runway Electrification System.

Notice Date
6/23/2021 11:04:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
NAVAL FAC ENGINEEERING CMD ATLANTIC NORFOLK VA 23508-1278 USA
 
ZIP Code
23508-1278
 
Solicitation Number
N6247021R9002
 
Response Due
8/6/2021 11:00:00 AM
 
Archive Date
08/21/2021
 
Point of Contact
Hattie L. Brown, Phone: 7579673818, Lisa Sumpter, Phone: 7579673819
 
E-Mail Address
hattie.l.brown@navy.mil, lisa.sumpter@navy.mil
(hattie.l.brown@navy.mil, lisa.sumpter@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
GENERAL REQUIREMENTS 1. NAVFAC Solicitation Number: N62470-21-R-9002 2. Title: ONE 15-TON OVERHEAD ELECTRIC TRAVELING BRIDGE CRANE 3. Location of Work: P-777 DIRECTED ENERGY SYSTEMS INTEGRATION LABORATORY (DESIL) NAVAL AIR STATION POINT MUGU OXNARD, CALIFORNIA 4. Outline of Scope: The intent of this specification is to procure one (1) 15-ton double girder, overhead electric traveling (OET) crane and a new runway electrification system. This crane will be installed in the P-777 Directed Energy Systems Integration Laboratory (DESIL) building at Naval Air Station Point Mugu in Oxnard, California. The crane shall be built to the design drawings of a registered Professional Engineer (PE), fabricated, assembled, shop tested, delivered, installed, inspected, field tested, and made ready for use in accordance with this specification. The crane's capacity, span, and hook travel shall be as follows: Crane Span Capacity Runway Hook Lift Crane 37'-0"" 30,000 lbs 66'-0"" 36�-6� Notes: 1. Span and runway length are estimates and shall be verified by the Contractor. 2. Hook lift is measured from finished floor to the highest operating hook position (primary upper limit activated). Crane electrification shall be via a new conductor bar system. The contractor shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services in accordance with the specification. See specification and related documents for more information. 5. Time for Completion: The period of performance for CLIN 0001 shall be 365 calendar days including delivery, installation and Government acceptance testing. 6. Sequencing and Scheduling: The Contractor shall be responsible for transporting the new crane to the jobsite. The Contractor�s onsite work may impact the on-going operations within the building. The Contractor shall provide an onsite work schedule with time durations and desired start/stop dates. The Government will determine a final mobilization date. The Contractor shall submit a desired onsite work schedule and provide notice a minimum of thirty days prior to the desired mobilization date at the installation facility. 7. Site Visit: Information concerning a site visit will be forthcoming. 8. Evaluation Factors: The solicitation requires the evaluation of �Price Only.� The basis of evaluation for price will consist of the total price of all contract line items (CLINs) stating the basic contract requirements (see price proposal form). The Government will evaluate price based on the total price of all contract line items (CLINs) stating the basic contract requirements (see price proposal form). 9. Content of Proposals (FAR part 15) a. Offers are solicited on an �all or none� basis. Failure to submit offers for all line items listed shall be cause for rejection of the offer. b. Submittal Requirements: Prices shall be submitted on the attached ""Price Proposal Form"" (Attachment 1) along with the Bid Bond, Standard Form 24. c. Submission, modification, revision and withdrawal of proposals shall be submitted via electronic commerce to the Contract Specialist and Contracting Officer at Hattie.l.brown@navy.mil and lisa.sumpter@navy.mil. See paragraph b, above for submittal requirements. 10. Basis for Award (FAR part 15) a. The Lowest Priced offer that is responsive and responsible will be considered for award. In accordance with FAR 16.505(b)(1)(v), the Government will consider impact on other orders placed with the contractor when making a determination to award to the lowest price offeror. If the Government determines that award to the lowest price offeror presents an unreasonable risk to other active delivery orders, the Government reserves the right to award to the next lowest priced offeror (the same risk determination would apply in the Government�s decision to award to the next lowest price offer). The Contracting Officer will also consider past performance on earlier WHEMAC delivery orders, including quality, schedule, management, and safety in the basis for award. b. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if deemed necessary. c. The Government reserves the right to eliminate from consideration for award any or all offers at any time prior to award of the delivery order; to negotiate with offerors in the competitive range; and to award the delivery order to the offeror that is the most advantageous to the Government, price and other factors considered. 11. Bond Requirements: A Standard Form 24, Bid Bond in the amount of 20% is required with proposal submission. Performance and Payment Bonds are required from the contract delivery order awardee 15 calendar days after date of award. (FAR 52.228-16) 12. Clauses: Clauses in the basic contract are applicable to the proposed delivery order. The following additional clauses are incorporated into this solicitation: FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) FAR 52.219-33 Nonmanufacturer Rule (Mar 2020) (Deviation 2020-O0008) The full text of provisions and clauses may be accessed electronically at: https://www.acquisition.gov/ GOVERNMENT PROPERTY INCIDENTAL TO THE PLACE OF PERFORMANCE 1) Definitions: a. Government property incidental to the place of performance, hereinafter referred to as� GPIPP, is defined as property that is located at and related to the place of performance and which remains accountable to the Government. GPIPP is retained by the activity at the location where the new crane is being installed by the contractor, or where the crane is being overhauled by the contractor, and is not subject to the terms of FAR 52.245-1, per FAR 45.000(b)(5). b. Loss of GPIPP is defined as loss, damage or destruction to GPIPP that reduces the Government�s expected economic benefits of the property. 2) The following GPIPP is being provided for the contractor�s use in performance of this contract: ? Certified test weights and associated rigging gear 3) The Government will make available the GPIPP identified herein during the contractor�s mobilization on site for the crane installation and/or overhaul. The contractor shall use such GPIPP only in connection with performance under the contract. The contractor, together with the Navy Crane Center Quality Assurance Representative, shall inspect and document the condition of the GPIPP prior to it being turned over for use by the contractor and again when it is returned to the Government. 4) The contractor shall not make any alterations or improvements to the GPIPP without written permission from the Contracting Officer. Any such alterations or improvements will become property of the Government; however, if the Government requires removal or dismantling of such alterations or improvements, it shall be accomplished at the contractor�s expense and the contractor shall return the GPIPP to a state that is equal to or better than its prior condition, as determined by the Contracting Officer. 5) The contractor is liable for Loss of GPIPP, as identified herein, to the extent that: 1) the loss occurs while the GPIPP is in its possession (i.e., being used by the contractor for performance of the contract); and 2) the loss is a result of negligence, misuse, or willful misconduct by contractor personnel, as determined by the Contracting Officer. 6) Any claims arising from the use of this GPIPP shall be directed to the Contracting Officer immediately. 13. Liquidated Damages: (FAR 52.211-11) Liquidated Damages -- Supplies, Services, or Research and Development. The following liquidated damages rates are applicable: CLIN 0001: $368 per day 14. Contractor Performance: Contractor�s performance will be evaluated using the respective contractor performance evaluation report entry system located on the website http://www.cpars.csd.disa.mil/. Prior to commencement of work the contractor is required to provide the government with the name, phone number and e-mail address of the �Contractor�s Representative� that will be responsible for receipt and review of draft performance evaluations prepared by the government in the appropriate system. It is the contractor�s responsibility to keep this contact information current 15. Required Insurance (a) The contractor shall procure and maintain during the entire period of this performance under this contract the following minimum insurance: COVERAGE Type of Insurance: Per Person� Per Accident Property General Liability $ 500,000.00 Automobile $200,000.00 $ 500,000.00 $ 20,000.00 Liability Workmen�s As Required Under FAR 28.307-2 Compensation (Other as required by State Law) (b) A Certificate of Insurance shall be submitted to the Contracting Officer for review and approval. No work shall commence until this notice has been presented to the Contracting Officer. (c) The only wording that is acceptable to the Government in the Cancellation section of the Certificate of Insurance is the endorsement stating: ""ANY CANCELLATION OR MATERIAL CHANGE IN THE COVERAGE ADVERSELY AFFECTING THE GOVERNMENT'S INTEREST SHALL NOT BE EFFECTIVE FOR SUCH PERIOD AS THE LAWS OF THE STATE IN WHICH THIS CONTRACT IS TO BE PERFORMED PRESCRIBE; OR UNTIL 30 DAYS AFTER THE INSURER OR THE CONTRACTOR GIVES WRITTEN NOTICE TO THE CONTRACTING OFFICER, WHICHEVER PERIOD IS LONGER."" The Certificate Holder will be Commander, NAVFAC Atlantic, Navy Crane Center, Norfolk Naval Shipyard, Building 491, Portsmouth, VA 23709-5000. 16. Labor and Construction Requirements: CONSTRUCTION WAGE REQUIRMENTS: The delivery order is subject to the 41 U.S.C. Chapter 65, Contracts for Materials, Supplies, Articles and Equipment Exceeding $15,000 (the statute) and may include construction in connection with on-site work. The Construction Wage Rate Requirements apply to all on-site installation activities. The applicable Construction Wage Rate Determination is provided as Attachment 2, and applicable clauses are in Section I of the basic contract. 17. Wage Determination: CA20190015 (Attachment 2) 18. Proposal Acceptance Period: 60 Days from receipt of offers. 19. Proposal Due Date: Friday, 6 August, 2021 at 2:00 P.M. (ET) 20. Inquiries: Questions pertaining to this solicitation shall be submitted via the attached Comment Resolution Matrix (Attachment 3), which includes detailed instructions and format for submission. Questions shall be limited to the RFP and associated documents. All feedback using the Comment Resolution Matrix must be emailed to hattie.l.brown@navy.mil no later than July 23, 2021. Questions shall not contain any proprietary information, since this information may not be publicly answered or published. Questions received after July 23, 2021, or about issues not directly relating to the RFP and associated documents, may not be considered. 21. WHEMAC Contract Holders: PROPOSALS WILL ONLY BE ACCEPTED FROM THE FOLLOWING LIST OF CONTRACTORS ON THE WEIGHT HANDLING EQUIPMENT MULTIPLE AWARD CONTRACT (WHEMAC): Advanced Crane Technologies, LLC, 11 Vanguard Dr., Reading, PA 19606 (Contract N62470-19-D-1006) Crane Technologies Group, Inc., 1954 Rochester Industrial Drive, Rochester Hills, MI 48309 (Contract N62470-19-D-1007) Heco-Pacific Manufacturing, Inc., 1510 Pacific Street, Union City, CA 94587 (Contract N62470-19-D-1008) Mid-Atlantic Crane, 3224 Northside Drive Raleigh, NC 27615 (Contract N62470-19-D-1009) Piedmont Hoist & Crane, 8511-A Norcross Road, Colfax, NC 27235 (Contract N62470-19-D-1010) Sievert Crane and Hoist, 1230, Hannah Avenue Forest Park, Il 60130-2448 (Contract N62470-19-D-1011) 22. List of Attachments: Attachment 1 - Price Proposal Form Attachment 2 - Wage Determination Attachment 3 - Comment Resolution Matrix Attachment 4 - NAVFAC Specification N62470-21-R-9006 Attachment 5 - Post-Award Limitations on Subcontracting Report (required for post-award reporting)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/33140ff68b4e468685d34c6de9103126/view)
 
Place of Performance
Address: Port Hueneme, CA 93041, USA
Zip Code: 93041
Country: USA
 
Record
SN06040355-F 20210625/210623230110 (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.