Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2017 FBO #5789
SOLICITATION NOTICE

39 -- Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract for the Large Capacity Weight Handling Equipment Multiple Award Contract (WHEMAC)

Notice Date
9/27/2017
 
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
N6247017R3009
 
Point of Contact
Luke Clay 757-967-3821
 
Small Business Set-Aside
Total Small Business
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. SOLICITATION DOCUMENTS WILL NOT BE AVAILABLE FOR DOWNLOADING UNTIL APPROXIMATELY 27 OCTOBER 2017. 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, portal cranes (overhaul only), jib 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 NAVCRANECENINST 11450.2, 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 new equipment and/or overhaul WHE with the following characteristics: - 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. - Overhaul of existing portal cranes. The total WHEMAC (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 $40,000,000. The WHEMAC will be valid for ordering future requirements for up to five (5) years (i.e. base ordering period of one year, with options for four additional one year ordering periods) from date of award, or when the total value of the WHEMAC reaches $40,000,000.00, whichever occurs first. Future delivery orders will be competed only among the potential six (6) successful contractors. Award of subsequent orders will be based on either lowest price, or best value to the government (i.e., evaluation of price and other factors). Award evaluation factors for individual delivery or task orders may vary depending on the unique requirements of each order; however, price shall always be considered as one of the evaluation factors. 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 are required to submit 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 seed project; (2) Corporate Experience; (3) Past Performance (4) Management and Organization; (5) Technical Approach and (6) Safety. Award of the initial project (delivery order) covering the design, fabrication, installation, testing, and operational training of one 100-Ton double girder, molten metal handling, cab-operated overhead electric traveling (OET) crane with a 40-Ton auxiliary hoist installed at Naval Foundry and Propeller Center, Building 20, Philadelphia Naval Shipyard, Philadelphia, PA, 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 North American Industry Classification Code (NAICS) for this procurement is 333923 and the corresponding small business size standard is 1,250 employees. All Offerors submitting proposals on Department of Defense solicitations must be registered in the System for Award Management (SAM) prior to award of a contract. The SAM website can be accessed at www.sam.gov. Prospective Offerors are encouraged to register as soon as possible. Be advised that failure to register in the SAM makes an offeror ineligible for award of a DoD contract. The estimated date that the solicitation will be available is 27 October 2017 and the estimated due date for proposals is 26 November 2017. 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/N6247017R3009/listing.html)
 
Record
SN04697370-W 20170929/170927232530-815cad5f6ac4e88f52e12e0eb600f851 (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.