SOLICITATION NOTICE
V -- Oily Water and Waste Water Operations (OWWO), Naval Station Norfolk, Norfolk, VA
- Notice Date
- 2/1/2017
- Notice Type
- Presolicitation
- NAICS
- 483211
— Inland Water Freight Transportation
- Contracting Office
- N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008517R1135
- Point of Contact
- Brandi Upton 757-341-0175 Brandi Upton 757-341-0175, Kathryn Balonek 757-341-0080
- Small Business Set-Aside
- Total Small Business
- Description
- The Officer in charge requires all labor, management, supervision, tools, materials, and equipment necessary to provide Oil Waste Water Operations Services at Naval Station Norfolk, Norfolk, VA. The work includes OWWO by barge and tug from Naval Station Norfolk to Craney Island Fuel Depot. All contractor ™s operations shall be on the Elizabeth River. This performance shall be provided by barge/tug systems compliant with the coastal laws of Virginia and the United States. The contract supplied equipment and crews shall “ 1.Conduct three (3) barge movements per calendar week capable of 400,000 gallons of OWWO per movement. 2.Be capable of additional movement(s) each week upon requirement. The barges used by the contractor must be double hulled and be no older than 25 years at any time period during the life of the contract. The barge must also contain a pumping system capable of on loading and discharging cargo tanks without electrical connection or assistance from the shore with required hoses and connection. The tugs offered under this contract shall be suitable in design and power to properly navigate the waterways in traffic areas under required facilitating transportation of cargo between Government set points. The contractor is responsible for all maintaining, cleaning, repairs, berthing, position, operations of equipment to ensure performance under contract guidelines including providing fuel to operate and barge pumps. The government will not be liable for any taxes, tariffs, licenses, or other expenses not specifically listed within this contract. The work identified will be provided by a means of combination Firm Fixed Price/Indefinite Delivery-Indefinite Quantity (FFP/IDIQ) type contract. Source selection procedures will be utilized to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Priced, Technically Acceptable (LPTA) method. In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest to highest price). The navy will then evaluate the technical factors of the three (3) lowest priced proposals. The Navy will make award to the lowest priced technically acceptable proposal from among the three (3) lowest priced proposals. However, if no proposals are found to be technically acceptable within the three (3) lowest price groups of proposals, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technically acceptable proposal. Accordingly, under this method, the technical factors of some proposals may not be evaluated by the Navy. Offerors are advised that the government intends to evaluate proposals and award without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Offerors should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals. If discussions are deemed necessary by the contracting officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP) will be advantageous to the Government price and other evaluation factors considered. The offeror ™s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 “ Corporate Experience, Factor 2 “ Technical Approach/Management, Factor 3 “ Safety, Factor 4 “ Past Performance. **NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3, and 4 in order to be considered technically acceptable overall. Proposals shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government reserves the right to extend the term of the contract services for additional periods of one to twelve months. The total contract term including the exercise of any options, shall not exceed 60 months. The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support Contract with online ordering capability using DOD EMALL for the Indefinite Quantity Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of DOD EMALL Encrypted software. The North American Classification System (NAICS) is 483211; the size standard is 75 employees. The proposed procurement listed herein is set-aside for certified small business firms only. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Navy Electronic Commerce Online (NECO) website, on or about 16 February 2016. The estimated proposal due date shall be at least 30 days after the RFP is posted. Contractors “ technical inquires must be submitted in writing to Brandi Upton at brandi.upton@navy.mil, no later than 10 days prior to the RFP due date. The site address is https://neco.navy.mil. Notifications of any updates or amendments to solicitation will be posted on the website only. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE NECO WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an oferror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/SAM/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R1135/listing.html)
- Record
- SN04388403-W 20170203/170201235307-f50b642e1df1f4c2dae3a6d20d8dc5cc (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 |