Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 09, 2022 SAM #7618
SOLICITATION NOTICE

V -- Oily Water and Waste Oil (OWWO) transport, between Naval Station Norfolk (NSN) and Craney Island Fuel Depot (CIFD)

Notice Date
10/7/2022 7:40:51 AM
 
Notice Type
Presolicitation
 
NAICS
483211 — Inland Water Freight Transportation
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008522R2662
 
Response Due
8/19/2022 11:00:00 AM
 
Archive Date
10/08/2022
 
Point of Contact
Matthew Collins, Phone: 7573410090, Brandi Upton, Phone: 7573410075
 
E-Mail Address
matthew.a.collins1@navy.mil, brandi.upton@navy.mil
(matthew.a.collins1@navy.mil, brandi.upton@navy.mil)
 
Description
PRESOLICITATION SYNOPSIS FOR SOLICITATION N40085-22-R-2662 This is not a request for either a quote or proposal, or an invitation to bid. The intent of this pre-solicitation synopsis is to notify potential offerors of a Facility Support, Indefinite Delivery / Indefinite Quantity contract with recurring and non-recurring services to perform Facility Investment services for Barge and Tug services for Oily Water and Waste Oil (OWWO) transport, between Naval Station Norfolk (NSN) and Craney Island Fuel Depot (CIFD). General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Facility Investment services for Barge and Tug services for OWWO transport, between NSN and CIFD. The Contractor shall provide barge service that meets all required specifications, for the transport of OWWO from the south wall dock at NSN to the designated dock at CIFD.� Contractor personnel shall provide assistance to NSN forces during barge loading operations at NSN, to assure the barge load is balanced and safe for transport.� Contractor personnel shall provide assistance to CIFD forces during barge off load at CIFD.� Contractor supplied barge shall be capable of independently pumping its entire load of OWWO off the barge to the receiving connection at CIFD. The work is identified as a Facility Support, Indefinite Delivery / Indefinite Quantity Performance-Based contract with recurring and non-recurring services. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Priced Technically Acceptable (LPTA) Method. In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest price to highest price). The Navy will then evaluate the technical factors of the lowest priced proposal. The Navy will make award to the lowest priced technically acceptable proposal. However, if the lowest priced proposal is not found to be technically acceptable, the Navy at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technical acceptable proposal. Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range. Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The offeror�s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 � Technical Approach/Management, Factor 2 � Recent/Relevant Experience of the Firm, Factor 3 � Safety and Factor 4 � Past Performance. NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall.� For�Factor 2 Corporate Experience and Factor 4 Past Performance, the solicitation requires the offeror to submit projects that are similar in size, scope and complexity to the following: �� Size: An Oily Water and Waste Oil Transportation Services contract with a yearly value of at least $800,000.00 for recurring services. Contracts for infrequent work will not be considered similar in size. Scope: Demonstrate the ability to provide all labor, management, supervision, tools, material, and equipment required to perform Facility Investment services for Barge and Tug services for Oily Water and Waste Oil (OWWO) transport. Complexity: Demonstrate the ability to respond to requirements for various locations throughout the project areas (to include installation and annexes, if applicable). Demonstrate the ability to manage competing priorities in order to support customer demands. Offers shall be submitted for the performance of work for a period of one year.� However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The contract will be for a base period with 4 one-year option periods, which, cumulatively, will not exceed sixty months.� The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support Contract with online ordering capability using FedMall for the Non-Recurring Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is 483211, the size standard is 750 employees.� The proposed procurement will be listed as an Unrestricted, Full and Open Procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM.gov website around 19 August 2022. The estimated proposal due date shall be at least 30 days after the RFP is posted. (Contractors - Technical inquiries must be submitted in writing to�Janell Taylor (janell.taylor@navy.mil) 10 days prior to the RFP due date.� The site address is https://sam.gov. Notifications of any updates or amendments to the solicitation will only be on this website only. Contractors are encouraged to register on the Sam.Gov website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to be registered in the System for Award Management (SAM) database (www.sam.gov), in accordance with FAR 52.204-7. Failure to have an active registration in the SAM database at time of proposal, bid or quotation submission will result in the contractor being ineligible for award. SAM registration shall be maintained until time of award, during performance and through final payment.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5d8362c3791b411294ddeab11107b4d7/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN06489573-F 20221009/221007230114 (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.