MODIFICATION
20 -- Dredge Hurley Ladder Lengthening Service Crane - Solicitation 1
- Notice Date
- 2/2/2010
- Notice Type
- Modification/Amendment
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-10-T-0008
- Response Due
- 2/16/2010 2:00:00 PM
- Archive Date
- 4/13/2010
- Point of Contact
- Adriana A. Dunaway, Phone: 215-656-6895, Catherine T. Schoenherr, Phone: 215-656-6764
- E-Mail Address
-
adriana.a.dunaway@usace.army.mil, catherine.t.schoenherr@usace.army.mil
(adriana.a.dunaway@usace.army.mil, catherine.t.schoenherr@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation The Philadelphia District intends to initiate a Request for Quote (RFQ), under FAR Part 12, to acquire and contract all services (Engineering and Design, Construction, Testing and Delivery) related to the acquisition of a new marine deck crane to be installed on the Dustpan Dredge HURLEY. The Mission Area of the Dredge HURLEY is the Mississippi River from the Memphis District geographical area to the New Orleans and coastal areas. The existing Dredge Hurley dustpan dredging ladder system consists of two anchor cranes, which are used for the following operations: (1) placement and retrieval of vessel anchors, deployed during dredging operations, (2) removal of debris from the ladder head. The new ladder service crane shall be used for the following operations: (1) removal of debris from the ladder well and ladder dredge pump, (2) launching and retrieving the crew boat. Specific information on the crane, such as geometry, weight, load-radius and overturning moment data, is imperative for the Government to adequately evaluate the design and to engineer the installation. Layout drawings, details, etc. of the existing anchor cranes will not be provided as part of this Solicitation. Reference drawings will be provided to show the intended location of the Ladder Service Crane and the Foundation that the Contractor shall mate his crane to. The quotes will be reviewed for completeness in satisfying the requirements of the RFQ and evaluated on the merit against the following evaluation factors listed in descending order of importance (a) Technical factors: (i) Product (ii) Management, (iii) Past Performance and experience and (b) Price factor: Price reasonableness. Technical Factors as a whole are more important than Price; however, Price remains a significant factor in determining Best Value. The NAICS code is 333120 and the size standard is 750 employees. This procurement is 100% set-aside for small business. Warranty of supplies/services will apply. Options will be incorporated in this requirement. Initial price quotes must be submitted along with initial technical quote to the Contracting Officer in accordance with the requirements of the RFQ. The Government may award a Purchase Order on the basis of initial quotes received without discussions; therefore, each quote should contain the offerors best terms. RFQ No. W912BU-10-T-0008 will be available on or about 29 January 2010 with a closing date of or about 12 February 2010 at 1400 hours. 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 offerors 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 RFP and any amendments. All quotes are to be delivered to the U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, PA 19107-3390, Attn: Adriana Dunaway. All contractors are required to be registered in the DOD Central Contract Registry (CCR) before award as required by DFARS 204.7300. Information on getting registered may be obtained by accessing the CCR website at www.ccr.gov. Instructions will be included in the solicitation. 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: https://vets100.vets.dol.gov. Questions can be directed to adriana.a.dunaway@usace.army.mil. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-10-T-0008/listing.html)
- Place of Performance
- Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
- Zip Code: 19107-3390
- Zip Code: 19107-3390
- Record
- SN02055404-W 20100204/100202235033-006b440a85de988f96f7fc1bc33ea941 (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 |