MODIFICATION
19 -- Design and Build a 26 Foot Hydrographic Survey Boat - Amendment 1
- Notice Date
- 2/4/2010
- Notice Type
- Modification/Amendment
- NAICS
- 336612
— Boat Building
- Contracting Office
- US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
- ZIP Code
- 90053-2325
- Solicitation Number
- W912PL-10-R-0013
- Response Due
- 3/2/2010
- Archive Date
- 5/1/2010
- Point of Contact
- Lucia A. Carvajal, Phone: 213.452.3240
- E-Mail Address
-
lucia.a.carvajal@usace.army.mil
(lucia.a.carvajal@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Amendment 1 Design and build a 26 foot hydrographic survey boat for the Los Angeles District, Corps of Engineers. The boat will be constructed out of aluminum with twin engines, all ancillary boat equipment and trailer. The boat will be fitted with all equipment necessary for multi-beam hydrographic work in the Pacific Ocean, and the price will include delivery and training. Estimated Cost Range is $500,000 $1,000,000.00. This Procurement will be conducted under FSC CODE: 1940, NAICS Code 336612 Boat Building. The size standard for this code is 500 employees. The acquisition method is negotiated procurement. Both a technical proposal and a price proposal will be required. The basis for award is Best Value Tradeoff. This process permits tradeoffs among costs or price and non-cost factors and allows the Government to award to a superior offeror which is not the lowest priced offer but which is significantly more technically advantageous than the lowest price offeror so as to justify payment of a higher price. In making this determination all evaluation factors other than cost or price when combined are significantly more important than cost or price. It is the Governments intent to award based on initial offers without discussions. The offeror chosen will design and build the hydrographic survey boat. Evaluation factors may consist of the following: Past Performance on projects similar in nature; Experience on projects similar in nature; Key Personnel; Schedule. The aforementioned evaluation factors may not be all inclusive. Sub-contracting plans are required for all supply contracts awarded to a large business when the award amount exceeds $550,000.00. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of their proposal package. The plan shall be prepared in accordance with FAR 52.219-9. Failure to submit an acceptable sub-contracting plan may make the bidder ineligible for award of the contact. To be acceptable, the plan must adequately address the six required statutory elements and provide sufficient information to enable the Contracting Officer to answer affirmatively questions A through H of appendix DD, Part 2, AFARS 19.705. The Los Angeles District subcontracting goals are specific percentages of the contractors total planned subcontract amount. The goals are as follows: 70% with small business; 6.2% with small disadvantaged business; 7.0% with woman owned small business;.9% with service disabled veteran owned small business; 3.0% with veteran-owned small business and 9.8% with hub zone small business. All interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with the provisions of Public Law 95-507. ALL OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. DOWNLOADING SOLICITATION: The solicitation will be available on or about 29 JAN 2010. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments for this Request for Proposals will be posted on www.fbo.gov Viewing/downloading documents from fbo.go will require prior registration in Central Contractor Registration (www.ccr.gov). Please note that ALL firms who want to access the solicitation, both prospective primes and subcontractors, must be CCR-registered, have a MPIN, and either a DUNS number or CAGE code. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK WWW.FBO.GOV FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY LOSS OF INTERNET CONNECTIVITY OR FOR AN OFFERORS INABILITY TO ACCESS THE DOCUMENTS POSTED AT THE REFERENCED WEBSITE. NO CDs OR HARD COPIES WILL BE MADE AVAILABLE. If you would like to list your firm so that others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-10-R-0013/listing.html)
- Place of Performance
- Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA
- Zip Code: 90053-2325
- Zip Code: 90053-2325
- Record
- SN02057826-W 20100206/100204235244-ee99a94f5e6083a6b98f3769b9767b6e (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 |