Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 02, 2008 FBO #2228
SOLICITATION NOTICE

B -- The U.S. Army Corps of Engineers, Huntington District announces procurement for a Feasibility Study. Point of Contact is Richard Horton, 304-399-5623.

Notice Date
12/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
US Army Engineer District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-08-T-0020
 
Response Due
1/18/2008
 
Archive Date
3/18/2008
 
Point of Contact
Ginny Morgan, 304-399-5963
 
E-Mail Address
Email your questions to US Army Engineer District, Huntington
(ginny.m.morgan@lrh01.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CONTRACT INFORMATION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W91237-08-T-0020 and is issued as a request for quote - RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20. This announcement is restricted to small business. North American Industrial Classification System Code is 541618, which has a size standard of $6.5 million in average annual receipts. To be eligib le for contract award, a firm must be registered in the DoD Central Contractor Registration database. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. . There is one line item for use in preparing the price portion of the proposal and is as follows: Line Item: 0001; Description: Feasibility Study; Quantity: 1; Unit of Issue: Lump Sum; Total Price: _______. 2. PROJECT INFORMATION: A Feasibility Study has been initiated to develop and evaluate alternative long term plans that address the problems at the Emsworth, river mile 6.2, Dashields, river mile 13.3, and Montgomery, river mile 31.7, locks and dams, hereafter referred to as EDM, on the Ohio River. The alte rnatives include projects that replace the 360 x 56 auxiliary locks with new 600 x 110 locks, 1200 x 110 locks of the size found at all other projects on the Ohio River, 720 x 110 locks equal in size to the nearby L&D 2 project on the Monongahela R iver, and 800 x 110 locks of the size found at the newer projects on the Kanawha River. The purpose of the current contract is to determine the probable size of the future fleet at the Emsworth, Dashields, and Montgomery projects in terms of both the number of barges per tow and the types of barges in the tow. The type of barges is important because the upper Ohio and adjacent tributaries still have significant numbers of what are referred to as regular barges, which measure 175 in length and 56 in width and carry 900 tons at 9 of draft. These barges were developed to maximize utilization of 360 x 56 locks, which predominated on the Monongahela, Kanawha, and Allegheny Rivers throughout most of the past 100 years. With a few exceptions most of th ese small lock chambers have been replaced with larger locks or relegated to infrequent use as auxiliary locks. As a result there is evidence that few is any regular sized barges are under construction or will be constructed in the future. The phase out of regular barges would reduce the capacity of the auxiliary locks at EDM since only one jumbo barge, 195 x 35, can fit in the chambers compared to four regular barges. The size of tows in terms of the number of barges per tow is important because it af fects the efficiency of waterway traffic since larger tows are more cost efficient than smaller tows. The contractor will be responsible for determining the likely size of the tows given alternative lock sizes at EDM, including the existing lock sizes. A s a part of this contract work, an eight-step process is envisioned. The Contractor will 1. review the current fleet data for EDM and other projects; 2. develop a concept list of factors that affect the size of the fleet; 3. survey carriers concerning the size of the fleet for alternative lock sizes at EDM; 4. develop the future fleet size for alternative lock sizes at EDM; 5. review current data regarding the size of barges under construction and planned; 6. survey carriers on future constructio n of barges by size; 7. develop the future fleet by barge size; and 8. document the study and results. 3. APPLICABLE PROVISIONS AND CLAUSES: 52.212-1: T he provision at 52.212-1, Instructions to Offerors  Commercial, applies to this acquisition without addenda. 52.212-2: The provision at 52.212-2, Evaluation  Commercial Items is applicable to this acquisition and the following evaluation procedures app ly: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. CONTENT OF THE TECHNICAL P ROPOSAL: The technical proposal shall describe the capability of the Contractors organization to perform the work in accordance with the contract requirements. The proposal shall be specific and complete in every detail and shall contain the information necessary to evaluate the Offerors proposal in the areas listed below. Factors A. and B. below must be addressed. The evaluation factors are listed in descending order of importance: A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: The offeror shal l provide a narrative to include evidence that the firm has a thorough knowledge of statistical analysis methods and the ability to apply those skills in an inland navigation setting in the following areas. 1. Statistical Analysis: a thorough knowledge of statistical analysis methods and the ability to apply those skills in an inland navigation setting. 2. Knowledge of Inland Navigation: a thorough knowledge of the inland navigation system and inland navigation system operations. A knowledge of the un ique situation on the Upper Ohio as well as the Allegheny and Monongahela navigation systems would be desirable. 3. Knowledge of the Towing Industry: a thorough knowledge of the operations, limitations and constraints of the inland waterway towing indust ry. The Contractor will have a familiarity with new developments and practices in the industry, as well as a knowledge of towing equipment currently in use and expected future developments in this area. 4. Knowledge of Waterway-Using Industries: a knowl edge of industries that use the inland navigation system. The focus, in this instance, is on their usage of the navigation system and any expected future developments that would affect their needs in terms of towing equipment. B. PAST PERFORMANCE: The of feror shall provide a list of relevant projects, current or completed, over the last five years that best demonstrates your experience with this type of work. Include type of contract. Description of work, location, client, length of contract, monetary am ount of contract, name, address and current phone number of person to contact for references on projects provided. AWARD: A. Notwithstanding any other provisions of these specifications concerning the method of award, award will be made as a whole to th e offeror whose proposal conforms to the solicitation and is within a technical/price competitive range as determined by the Contracting Officer and has been evaluated as most advantageous to the Government. It is contemplated that discussions will not be conducted. The Government may award a contract, based on initial offers received, without discussions of such offers. Accordingly, each initial offer should be submitted on the most favorable terms which the offeror can submit to the Government. B. Gen erally, the combined technical factors are significantly more important than cost or price. However, as the evaluated merit of competing technical proposals becomes more equal, total price and other price factors will become more important in the selectio n. Total price and other factors could become the deciding factor for selection, depending upon whether the most acceptable technical proposal is determined to be worth the cost differential, if any. C. A written notice of award or acceptance of an offer , mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without furt her action by either party. Before the offers specified expiration time, the Government may accept an offer, or part of an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52. 212-3: Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications  Commercial Items, with its offer. 52.212-4: The clauses at 52.212-4, Contract Terms and Conditions  Commercial Items, applies to th is acquisition without addenda. 52.212-5: The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, applies to this acquisition. The following clauses are incorporated: 52.219-6, 52,222 -3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.225-13 and 52.232-33. 4. SUBMISSION REQUIREMENTS: Interested firms having the capability to perform the work must submit two copies of their proposal to the above address not later than 2:30 PM on January 18, 2008. Facsimile transmissions of proposals will be accepted at fax number 304-399-5281 or can be sent via e-mail to Richard.D.Horton@usace.army.mil. Only timely proposals will be considered. The point of contact for this procurement is Richard D. Horton who may be contacted at 304-399-5623 or at Richard.D.Horton@usace.army.mil
 
Place of Performance
Address: USACE, Huntington District ATTN: CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
Country: US
 
Record
SN01477567-W 20080102/071231223333 (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.