Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2020 SAM #6833
SOLICITATION NOTICE

J -- Craft Portal Crane SLEP II

Notice Date
8/12/2020 1:31:36 PM
 
Notice Type
Presolicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
NAVAL FAC ENGINEEERING CMD ATLANTIC NORFOLK VA 23508-1278 USA
 
ZIP Code
23508-1278
 
Solicitation Number
N62470-20-R-1004
 
Archive Date
08/28/2020
 
Point of Contact
Luke Clay, Phone: 757-679-2419, Lisa Sumpter, Phone: 757-967-3819
 
E-Mail Address
luke.clay@navy.mil, lisa.sumpter@navy.mil
(luke.clay@navy.mil, lisa.sumpter@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. SOLICITATION DOCUMENTS WILL NOT BE AVAILABLE FOR DOWNLOADING UNTIL APPROXIMATELY 28 AUGUST 2020. This synopsis is for a Best Value Source Selection solicitation to modernize up to seven 60/15 ton portal cranes at Norfolk Naval Shipyard (NNSY) and Puget Sound Naval Shipyard & IMF (PSNSY). The cranes to be modernized are as follows: six cranes at NNSY (DC 38, DC 39, DC 42, DC 32, DC 33 and DC 34) and one crane at PSNSY (81). The modernization for all cranes will include replacing the existing DC drives, modifying the operator�s controls, replacing/modifying the electric control system, replacing the crane�s diesel engine generator set, adding a rail lubrication system, adding new limit switches, replacing of whip hoist wire rope and replacing outdoor conduit. The addition of a caliper disc brake mounted on the drum and associated caliper disc brake control system will be required on the whip hoist on one of the seven cranes. The modernization shall be performed in accordance with the design drawings of a registered professional engineer. These services will be procured through a new Indefinite Delivery Indefinite Quantity (IDIQ) type contract under FAR Part 15 Contracting by Negotiation, using best value source selection procedures. The proposed contract is being solicited as 100 percent set aside for small business; therefore, replies to this notice will be requested from all small business concerns. The resulting contract period of performance will consist of a one-year base period and four one-year option periods. The period of performance for the initial task order (seed project) will be 720 calendar days. Award will be made to the responsible offeror, whose proposal, conforming to the solicitation, is 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; (2) Corporate Experience; (3) Past Performance, and (4) Safety.� 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 28 August 2020 and the estimated due date for proposals is 4 November 2020.� 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 BetaSAM (https://beta.sam.gov/) website. 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 Mr. Luke Clay, Contract Specialist, at luke.clay@navy.mil.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bec8e691fcf343d9a0e0d01d8caf2152/view)
 
Place of Performance
Address: VA, USA
Country: USA
 
Record
SN05754518-F 20200814/200812230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.