SOLICITATION NOTICE
J -- HAYWARD port reduction gear - Solicitation SF1449
- Notice Date
- 12/7/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-17-T-0005
- Archive Date
- 1/24/2017
- Point of Contact
- Bruce E Hayes, Phone: 2156566771, Justin Chung, Phone: 2156566773
- E-Mail Address
-
Bruce.E.Hayes@usace.army.mil, justin.chung@usace.army.mil
(Bruce.E.Hayes@usace.army.mil, justin.chung@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SF1449 Solicitation Instructions to Offerors (ITO) (1) Action Code: Combined Synopsis and Solicitation (2) Date: December 7th (3) Year: 2016 (4) Contracting Office Zip Code: 19107-3390 (5) Classification Code: J019 (6) Contracting Office Address: USACE/Philadelphia District Wanamaker building 100 Penn Square East Philadelphia, Pennsylvania (7) Subject: The Contractor shall provide all labor, materials and equipment required to perform the changing out of the high speed bearings on the port reduction gear aboard the USACE vessel HAYWARD. (8) Solicitation Number : W912BU-17-T-0005 (9) Close Response Date: January 9th, 2017 at 14:00 (2:00 PM) EST (10) Contract Point of Contact: Bruce E. Hayes (11) Description: a. This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a formal written solicitation will be included as part of this submission. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation. b. The Solicitation Number for this acquisition is W912BU-17-T-0005 and a separate attachment (SF1449) is issued as a Request for Quotes (RFQ). Hard copies will not be available and written or fax requests will not be accepted. The official media of distribution for this RFP is the web. Contractors may download the solicitation (including any drawings) and any amendments via the Federal Business Opportunities (FedBizOpps) web site at www.fbo.gov, on or after the issue date. It is the offeror's responsibility to monitor the FedBizOpps web site for any amendments. Interested firms must register at FedBizOpps in order to access the solicitation. Offerors are responsible for printing copies of the RFQ and any amendments. c. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-92 effective date 18 Nov 2016. d. This requirement is being solicited as full and open competition under NAICS 336611 (Ship Building and Repairing), size standard is 1,250 Employees. e. USACE intends to award a firm-fixed price contract to the vendor that can fulfill the requirements specified in the Statement of Work (SOW)/ Performance Work Statement (PWS). The award will go to the lowest priced offeror that can provide the required expertise to change out the high speed bearings on the port reduction gear as specified in the SOW/PWS and within the time frame specified. Additionally, the vendor MUST meet the special qualifications as listed in the SOW/PWS as well as FAR 52.212-2. Failure to submit proof that the vendor is an authorized/certified Falk marine gear dealer or repair facility, and signing the two statements listed in FAR clause 52.212-2 will result in the quote being found non-responsive. Price and Past Performance will be evaluated in accordance with in DFARS 213.106-2(b)(i)(B)&(C). Past Performance history shall be evaluated for each supplier's past performance history in the Past Performance Information Retrieval System (PPIRS). Special attention will be given to the FSC and PSC of the supplies being purchased. Award will be made to the supplier whose quote represents the best values to the Government quoting the lowest price and that has anything other than an "Unsatisfactory" rating in PPIRS. f. FAR Provisions and Clauses applicable to this acquisition are provided on an attached SF1449 and are incorporated in their entirety. Each offer is required to fill out and sign the SF1449 and return a signed copy along with their quote by the closing date and time listed. g. All proposals shall be submitted electronically in accordance with the instructions listed in the "Instructions to Offers (ITO)" to Bruce Hayes at Bruce.E.Hayes@usace.army.mil. If there are any amendments to this requirement, all amendments must be acknowledged, signed, and electronically submitted with the proposal at time proposals are due. h. For information regarding this solicitation, the USACE Point of Contact is Mr. Bruce E. Hayes, 215-656-6771, bruce.e.hayes@usace.army.mil or Mr. Justin Chung, 215-656-66773, justin.chung@usace.army.mil. Please email any questions you may have regarding this effort to bruce.e.hayes@usace.army.mil, cc justin.chung@usace.army.mil, and the Contracting Officer will coordinate a response. All questions must be received no later than 30 December 2016 @ 14:00 (2:00 PM) Eastern Standard Time. i. All contractors are required to be registered in the DOD System for Award Management by award (SAM) before award as required by FARS 4.605. Also, firms who receive a federal contract in excess of $25,000.00 are required by legislation to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: http://www.dol.gov/vets/vets-100.html. (12) Place of Performance: The Hayward is currently located at the U.S. Corps Facility located in Jersey City, NJ. The specific address is Cavern Point Terminal, 3 Chapel Avenue, Port Liberte, Jersey City, NJ. 07305. Repairs will be performed onboard the vessel. All onsite work shall be performed during regular business hours on Monday through Friday from 0700 hrs. to 1530 hrs., Eastern Standard Time. The selected vendor will have up to sixty (60) calendar days if needed, after issuance of a Notice to Proceed, to complete the work required. (13) Site Visit : Vendors are encouraged to attend a site visit (vessel inspection) prior to submitting a quote. To request a site visit (vessel inspection), potential vendors MUST coordinate with the U.S. Army Corps of Engineers, New York District Cavern Point Office contact, William Lyness by calling (201) 309-2360. ALL site visits (vessel inspections) SHALL BE completed no later than 29 December 2016. (14) Additional Information: All vendors responding to this combined synopsis/solicitation are required to fill out/sign the SF1449. Additionally, the provisions listed in FAR Clause 52.212-2, located within the SF1449, MUST BE completed/signed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-T-0005/listing.html)
- Place of Performance
- Address: Cavern Point Terminal, 3 Chapel Avenue, Port Liberte, Jersey City, New Jersey, 07305, United States
- Zip Code: 07305
- Zip Code: 07305
- Record
- SN04345767-W 20161209/161207234312-3211450c76b5f51cf449b1dac332e809 (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 |