Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 12,1999 PSA#2385

Northern Division Naval Facilities Engineering Command, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090

39 -- STANDARD GPS OVERHEAD ELECTRIC TRAVELLING CRANES SOL N62472-99-R-5105 DUE 083199 POC JoAnn M. Turk, Contract Specialist, 610-595-0922, Margaret Gettings, Contracting Officer, 610-595-0917 E-MAIL: Click here to contact the contract specialist via, turkjm@exchange.navfac.navy.mil. This is a requirement for standard overhead travelling cranes (OET) for general purpose use at Navy activities world-wide. The re sulting contrct will be an Indefinite Delivery/Indefinite Quantity Contract (ID/IQ) under which Delivery Orders will be issued to obtain the various crane requirements as identified by the various Navy activities. It is anticipated that at least two contracts will be awarded and possibly four. Crane requirements will be competed only among those offerors awarded an ID/IQ Contract. The initial project to be awarded will be a 10 Ton OET crane with a 52'-3" span. This crane is for use inside Building 80, Refueling Rigging Support Facility at the Portsmouth Naval Shipyard, Portsmouth, NH. The crane shall comply with all aspects of CMAA 70 and be rated for Class "C" service and comply with all applicable "shall" and "should" statements in CMAA 70. All OET cranes will be developed in accordnce with the guidelines of CMAA 70 and should not involve detailed military specifications. Other crane reuirements that may arise will involve OETS with lifting capacities from 30 tons and lower and bridge spans of 60' and below. The initial ordering period under each ID/IQ Contract awarded will be thirty-six months with an option to extend the ordering period another twenty-four months. Extension of the option ordering period is at the discretion of the Contracting Officer. The evaluation of proposals will be in accordance with source selection procedures. Offerors shall submit a technical proposal and a price proposal, each independent and severable. Each proposal will be evaluated independently of the other by a technical evaluation team and a price evaluation team. The technical proposal shall not contain any references to price or pricing methods. The two evaluation factors under this solicitation will be a price evaluation and a technical evaluation. The technical evaluation factor shall consist of three sub-factors: technical approach and expertise, management plan, and relevant past performance including corporate past experience. Each of these sub-factors is considered equal to one another in their importance. A general arrangement drawing shall be provided with the technical proposal for the 10 Ton OET as well as for any existing OET cranes the offerors have designed, manufactured, installed and tested. The type size for the technical proposal shall not be smaller than 12 cpi. Pages exceeding the thirty-five page limit will not be read. References will be required for past work experience and resumes for each offeror's engineers, project managers and quality control managers. This will also apply to any subcontractors the offeror intends to make a part of their proposal. All Buy American and American Flag Shipping clauses in FAR and DFAR will be utilized in the procurement. The solicitation will be issued on CD ROM with Acrobat Read incorporated. All offerors submitting a proposal will be required to print, complete and return the necessary number of hard copies of the solicitation, includingSection K and any other clauses or provisions required to be filled in by the offeror, as well as any attachments. The basis for any award resulting from the Request for Proposal shall be based on the best value to the Government, price, technical and other factors considered, which will be evaluated on an equal basis. The Request for Proposal will be issued in August 1999. The solicitation will be on the Navy Crane Center website at http://ncc.navfac.navy.mil and can be downloaded from the website. A pre-proposal conference will be held fifteen days after the initial issuance of the solicitation at a location and date to be determined. Telephone requests for the solicitation will not be honored. Requests for the solicitation shall be submitted by mail or FAX. FAX requests shall include the name of the firm, address, phone and FAX number and point of contact. See Note 1. Posted 07/08/99 (W-SN351597). (0189)

Loren Data Corp. http://www.ld.com (SYN# 0294 19990712\39-0001.SOL)


39 - Materials Handling Equipment Index Page