SOLICITATION NOTICE
39 -- Replace Rotate Bearing, YD-251, Kings Bay, GA
- Notice Date
- 6/26/2012
- 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
- N6247012R3003
- Point of Contact
- Jerome Condra 757-967-3836
- Small Business Set-Aside
- N/A
- Description
- This synopsis is for a Best Value Source Selection solicitation. This acquisition will result in a Firm-Fixed Price (FFP) Contract to Replace the Rotate Bearing on the 100 Ton YD251 Barge Crane, located at Trident Refit Facility, Kings Bay, GA. The contract will be procured using negotiated procedures. This solicitation is set aside for small business. The solicitation will solicit offers from contractors for the purpose of replacing the YD 251 Rotate Bearing located at the Trident Refit Facility, Kings Bay, GA. This contract will replace the slewing bearing on an existing waterborne 100 Ton Navy Floating crane. This replacement will require the Contractor to procure one (1) slewing ring bearing from the Original Equipment Manufacturer (OEM) and provide replacement services. This replacement will require removal of the existing slewing ring bearing and installation of the new OEM slewing ring bearing. The Contractor will be required to inspect and verify the existing bearing mounting surface conditions and field repair as necessary to comply with OEM bearing specifications. In addition to procuring the replacement OEM slewing ring bearing, the Contractor shall provide all required engineering services to accomplish the replacement operations, labor, supervision, equipment, quality control, supplemental materials and supplies and all other related services necessary to replace this bearing. After installation, the slewing ring bearing will be made ready for use and operational testing. Inspect and verify the existing YD251 bearing mounting surface conditions and field repair as necessary to comply with OEM bearing specifications and restore the rotate bearing to its original condition. Procure the replacement OEM slewing ring bearing and provide all required engineering services to accomplish the replacement operations, labor, supervision, equipment, quality control, supplemental materials and supplies and all other related services necessary to replace this bearing and be made ready for use and operational testing. Award(s) 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. The estimated cost range of this procurement is between $1,000,000.00 and $5,000,000.00. The estimated Contract Completion for the project is 12 months from contract award. Proposals will be evaluated based on their technical merits for the identified criteria. All technical factors are in descending order of importance. All technical factors when combined are of equal importance to the performance confidence assessment rating and is approximately equal to price. The Basis for Award of this procurement shall be based on the offeror submitting the proposal determined to represent the best value the proposal most advantageous to the Government, price and other factors considered. The objective is selection of a contractor whose overall proposal demonstrates the best value to the Government based on the specified criteria. The technical evaluation factors and subfactors are: Factor 1 Experience Replacing a Large Component on Waterborne Equipment Factor 2 Experience/Qualifications of Design/Engineering Personnel Factor 3 Personnel Experience with Rigging/Heavy Lift Work Factor 4 Safety Factor 5 Past Performance The North American Industry Classification Code (NAICS) for this procurement is 333923 and the corresponding small business size standard is 500 employees. Information concerning registration in the Central Contractor Registration (CCR) may be obtained by visiting the website http://www.bpn.gov/ccr/ or by referring to FAR Subpart 4.11. Be advised that failure to register in the CCR makes an offeror ineligible for award of a DoD contract. This solicitation will be issued as N62470-12-R-3003. The estimated date that the solicitation will be available is 11 July 2012 and the estimated due date for proposals is 10 Aug 2012. 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 Jerome Condra, Contract Specialist, at jerome.condra@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N3258B/N6247012R3003/listing.html)
- Record
- SN02786121-W 20120628/120626234800-97727b50549cf9aac7b88e80924d125e (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 |