SOLICITATION NOTICE
39 -- Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract for a Weight Handling Equipment Multiple Award Contract (WHEMAC)
- Notice Date
- 9/12/2012
- Notice Type
- Presolicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- N62470 NAVFAC ATLANTIC NAVY CRANE CENTER Norfolk Naval Shipyard Bldg 491 Portsmouth, VA
- ZIP Code
- 00000
- Solicitation Number
- N6247012R3018
- Point of Contact
- Luke Clay 757-967-3821
- 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 the ordering of new, and the overhaul of existing, weight handling equipment (WHE) of varying types (bridge cranes and gantry cranes) and lifting capacities for Navy, Marine Corps and other federal activities worldwide. The work contemplated under this WHEMAC will include, but not be limited to: site survey/investigation; design; fabrication; crane rail alignment survey/installation; demolition/removal of existing cranes and equipment in compliance with environmental disposal restrictions; runway/equipment electrification; crane installation; crane testing; and operational training. Cranes will be designed and manufactured in accordance with CMAA 70 and CMAA 74 as modified by UFC 3-320-07N, and certifiable in accordance with NAVFAC P-307. Application for use of the weight handling equipment to be procured under this WHEMAC may range from general purpose to more complex applications, including handling of fissionable materials, molten metals, ordnance, and hazardous area applications as defined by the National Electric Code. This WHEMAC will be used to procure the following WHE: - 15-Ton capacity and greater with span of 50 feet and greater. - Greater than 30-Ton capacity, any span. - Greater than 60 foot span, any capacity. - Any capacity used for handling molten metals. - Any capacity used for handling of fissionable materials 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 will be Best Value Tradeoff process. 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 sample project; (2) Corporate Experience; (3) Relevant Past Performance (4) Management and Organization; (5) Technical Approach and (6) Safety. The relative order of importance of the non-cost/price evaluation factors is that the technical factors when combined are of equal importance to past performance; and all evaluation factors other than cost or price, when combined, are significantly more important than price. The Basis for Award for this procurement shall be based on price, non-cost/price factors and technical factors, which together, constitute a best value to the Government; however, not necessarily the lowest price. The solicitation will include, for purposes of illustration only, a sample project upon which this source selection decision is based. The sample project will be to procure a 75-Ton main hoist/20-Ton auxiliary hoist, remotely operated, top running, double girder, electric overhead traveling crane, spanning 90 feet with a clear hook height of 55 feet. The crane shall be installed in the Ship Component Handling Building at Portsmouth Naval Shipyard, Kittery, Maine. No delivery order will be awarded for this sample project. The sample project will be used for evaluation purposes only. The estimated cost range of this procurement is between $1,000,000 and $5,000,000. 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.sam.gov/. 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 27 September 2012 and the estimated due date for proposals is 11 November 2012. 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 Luke Clay, Contract Specialist, at luke.clay@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N3258B/N6247012R3018/listing.html)
- Record
- SN02879961-W 20120914/120913001456-798435b92300a9603ad0982db15307ee (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 |