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 -- Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract for a Weight Handling Equipment Multiple Award Contract (WHEMAC)

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
N6247009R7007
 
Response Due
10/6/2009
 
Archive Date
11/30/2009
 
Point of Contact
Christine Foskey-Brown 757-967-3819
 
Small Business Set-Aside
Total Small Business
 
Description
This synopsis is for a Best Value Source Selection solicitation and is a 100% Small Business Set-aside. This acquisition will result in an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for a Weight Handling Equipment Multiple Award Contract (WHEMAC). The WHEMAC will be used primarily for ordering new, and overhauling existing weight handling equipment (WHE) of varying types (bridge cranes, jib cranes, monorails, hoists, wall cranes, and gantry cranes) and lifting capacities for Navy, Marine Corp, and other federal activities worldwide. The work contemplated under the WHEMAC will include, but not be limited to site survey/investigation, design, fabrication, rail survey/installation, demolition/removal of existing cranes and equipment, runway/equipment electrification, crane installation, crane testing, and operational training. Application for use of the WHE to be procured under the WHEMAC may range from general purpose to more complex applications. The total WHEMAC contract (i.e. the total amount of all delivery/task orders issued during the contract term, regardless of the number of contracts awarded) shall not exceed $30,000,000. The WHEMAC contract will be valid for ordering future requirements for up to five (5) years (i.e. base ordering period of one year, with option for four additional one year ordering periods) from date of award, or when the total value of the WHEMAC reaches $30,000,000.00, whichever occurs first. Future delivery orders will be competed only among the potential six (6) successful contractors. Award of each future delivery order may be Best Value to the Government or low price. The ID/IQ contract awards resulting from the solicitation will include a minimum guarantee of $10,000. Award of a delivery order under the ID/IQ contract(s) will satisfy the minimum guarantee. Delivery orders shall require the work of registered professional engineers. Successful awardees are highly encouraged to attend pre-proposal conferences and must provide proposals for future delivery orders. The Government reserves the right to award up to six (6) separate Indefinite Delivery/Indefinite Quantity type contracts (ID/IQ) for a period of a base year and four option years. Award(s) will be made to the responsible offeror(s), whose proposal(s), conforming to the solicitation, is/are 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. Proposals will be evaluated based on (1) Price for the initial project; (2) Relevant Past Performance/Corporate Capability; (3) Management and Organization (4) Technical Approach; (5) Quality Control. The order of importance of the technical evaluation factors are considered equal to one another. Subfactors within a factor are considered equal to one another. Technical evaluation factors when 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. Award of the initial project (delivery order) covering the design, fabrication, installation, testing, and operational training of one 20 Ton Ordnance, Overhead Electric Traveling Bridge Crane at the Weapons Dynamic Research Development, Acquisition, Testing and Evaluation (RDAT&E), Naval Air Warfare Center Weapons Division, (NAWCWD), China Lake, California, will be made to the offeror whose proposal is considered to be the most advantageous overall as a result of the best value evaluation described above. The estimated cost range of this procurement is between $500,000 and $1,000,000. The period of performance for the initial delivery order under the resulting contract shall be approximately eleven (11) months from date of award. 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. 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/N6247009R7007/listing.html)
 
Record
SN01918128-W 20090821/090820000937-a4e73be4e507ecdb749923c844fcbeac (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.