SOLICITATION NOTICE
39 -- 100 Ton Straddle/Rubber Tired Gantry (RTG) Crane for Defense Logistics Agency (DLA), Barstow, California.
- Notice Date
- 7/13/2009
- Notice Type
- Presolicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Navy Crane Center, N62470 NAVFAC ATLANTIC NAVY CRANE CENTER Norfolk Naval Shipyard Bldg 491 Portsmouth, VA
- ZIP Code
- 00000
- Solicitation Number
- N6247009R7004
- Response Due
- 8/27/2009
- Archive Date
- 10/30/2009
- Point of Contact
- R. Mark Gostel 757-967-3836
- Small Business Set-Aside
- Total Small Business
- Description
- This synopsis is for a Best Value Source Selection solicitation. This acquisition will result in a negotiated Firm-Fixed Price (FFP) contract for a 100 Ton Straddle/Rubber Tired Gantry (RTG) Crane for Defense Logistics Agency (DLA), Barstow, California. The solicitation will solicit offers from contractors for the purpose of providing a 100 ton Straddle/RTG. For purposes of this contract, a ton shall be taken as 2,000 pounds, making the rated lifting capacity of the Straddle/RTG equal to 200,000 pounds. The rated capacity shall be below the strong-back lifting beam. The Straddle/RTG and strong-back lifting beam shall be designed, fabricated, component tested, delivered, assembled, tested and made ready for use at Defense Logistics Agency (DLA) Barstow, CA. A contract will be awarded to the best value offeror in accordance with FAR PART 15 using the Best Value source selection procedures. The estimated cost range of this procurement is between $1,000,000.00 and $5,000,000.00. The estimated Contract Completion for the project is 270 days from Notice to Proceed. Proposals will be evaluated based on their technical merits for the identified criteria. Technical factors are in descending order of importance. All technical evaluation factors combined are significantly more important than price. The Basis for Award for this procurement shall be based on price and technical merits, which together, constitute a best value to the Government; however, not necessarily the lowest price. The objective is selection of a contractor whose overall proposal demonstrates the best value to the Government based on the specified criteria. The technical evaluation factors and subfactors are: Factor 1- Relevant Past Performance/Corporate Capability Factor 2- Technical ApproachFactor 3- Management and OrganizationSubfactor 3.A. - Quality Control The Government reserves the right to reject any or all proposals prior to award and also to negotiate with any or all offerors. OFFERORS ARE ADVISED AN AWARD IS ANTICIPATED WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume they would be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. This solicitation will be issued as N62470-09-R-7004. The approximate Solicitation Release Date is 28 July 2009. This solicitation will be available in electronic format only. All documents will be in Adobe Acrobat PDF file format. Contractors are encouraged to register for the solicitation when downloading from the NAVY ELECTRONIC COMMERCE ONLINE (NECO): https://www.neco.navy.mil/. Inquiries shall be emailed to R. Mark Gostel, robert.gostel@navy.mil, (757) 967-3836. The North American Industry Classification System (NAICS) Code for this project is 333923 with a size standard of 500 employees. THIS SOLICITATION WILL BE 100% SET ASIDE FOR CERTIFIED SMALL BUSINESS CONCERNS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N3258B/N6247009R7004/listing.html)
- Record
- SN01873123-W 20090715/090713235238-7816508e6f98ebe590d59fc86a1f0232 (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 |