Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2009 FBO #2827
SOLICITATION NOTICE

39 -- Ordering of two (2) Ship-to-Shore Container Cranes for the Military Ocean Terminal Sunny Point (MOTSU) Southport, North Carolina

Notice Date
8/19/2009
 
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
N6247009R7009
 
Response Due
10/6/2009
 
Archive Date
11/30/2009
 
Point of Contact
Christine Foskey-Brown 757-967-3819
 
Small Business Set-Aside
N/A
 
Description
This synopsis is for a Best Value Source Selection solicitation. This acquisition will result in a Firm-Fixed Price (FFP) Contract for the ordering of two (2) Ship-to-Shore Container Cranes for the Military Ocean Terminal Sunny Point (MOTSU) Southport, North Carolina. The contract will be procured using negotiated procedures. This is an unrestricted solicitation. The solicitation will solicit offers from contractors for the purpose of providing two rail mounted Ship-to-Shore Container Cranes, built to the design drawings of registered professional engineers. Crane capacity shall be 60 long tons below the spreader and the cranes shall be able to reach 18 containers across. The cranes shall be equipped with an onboard diesel generator system, luffing boom and mechanized spreader capable of lifting both single and twin 20 foot (6.1 m) containers and 40 foot containers. The cranes shall be designed, fabricated, assembled, facility tested, delivered, installed, inspected, field tested, and made ready for use in accordance with the specification. Award(s) will be made to the responsible offeror, whose proposal, conforming to the solicitation, is considered to be the most advantageous to the government, as a result of a best value evaluation. 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 will be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. The estimated cost range of this procurement is between $10,000,000.00 and $20,000,000.00. The estimated Contract Completion for the project is 22 months from contract award. Proposals will be evaluated based on their technical merits for the identified criteria. All technical factors are in descending order of importance. 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 1Relevant Past Performance/Corporate CapabilityFactor 2Technical ApproachFactor 3Management and OrganizationFactor 4Quality Control Factor 5Small Business Utilization Subfactor 5.APast Performance in Utilizing the Small Business Program Subfactor 5.BParticipation of Small Business in Performance of this Contract The distinction between corporate capability and past performance is corporate capability pertains to the types of work and volume of work completed by a contractor that are comparable to the types of work covered by this requirement, in terms of size, scope, and complexity. Past performance relates to how well a contractor has performed. The North American Industry Classification Code (NAICS) for this procurement is 333923 and the corresponding small business size standard is 500 employees. Information concerning registration in the Central Contractor Registration (CCR) may be obtained by visiting the website http://www.bpn.gov/ccr/ or by referring to FAR Subpart 4.11. Be advised that failure to register in the CCR makes an offeror ineligible for award of a DoD contract. This solicitation will be issued as N62470-09-R-7009. The estimated date that the solicitation will be available is 4 September 2009 and the estimated due date for proposals is 6 October 2009. This solicitation will be available in electronic format only. All documents will be in Adobe Acrobat PDF file format. Contractors are strongly encouraged to register for the solicitation when downloading from the NAVY ELECTRONIC COMMERCE ONLINE (NECO): https://www.neco.navy.mil/. It is the contractor's responsibility to check the internet site listed above daily for any posted changes to the solicitation plans and specifications. The date for the pre-proposal conference will be published in the solicitation. Questions concerning this solicitation must be submitted in writing to Christine Foskey-Brown, Contract Specialist, at christine.foskey@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N3258B/N6247009R7009/listing.html)
 
Record
SN01917479-W 20090821/090820000048-9180ea1e8d41ed94064ebc60fe22c2c8 (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.