Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 27, 2015 FBO #5117
SOLICITATION NOTICE

Z -- Dredge Cable Replacement & Tensioning - W912DR-16-T-0006 SOLICITATION

Notice Date
11/25/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488310 — Port and Harbor Operations
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-16-T-0006
 
Archive Date
1/1/2016
 
Point of Contact
Tamara Udasco, Phone: 4109620788
 
E-Mail Address
tamara.c.udasco@usace.army.mil
(tamara.c.udasco@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICTIATION FOR DREDGE CABLE REPLACEMENT AND TENSIONING SUBMISSION OF QUOTES: The U.S. Army Corps of Engineers - Baltimore District has a requirement for Dredge Cable Maintenance/Repairs. The Government is using FAR Subparts 12 and 13 and will award a firm-fixed-priced contract resulting from this solicitation to the responsible contractor whose quote conforms to the solicitation. The Government anticipates award of a Firm-Fixed-Price (FFP) Lowest Price (Cost) Technically Acceptable contractor, i.e. to the contractor with the lowest evaluated realistic price of quotes meeting the acceptability standards for non-cost factors. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for the Technical factor. Award will be made with appropriate consideration given to the three evaluation factors: Factor 1-Technical, Factor 2 - Past Performance, and Factor 3-Cost/Price. The Government intends to evaluate quotes and make award without questions to contractors. Therefore, the initial quote should contain the contractor's best terms from a Technical and Cost standpoint. Unclear quotes may not result in questions for clarifications. Offers with an omission or unclear quote may be judged to mean the contractor does not fully understand the requirements or understand what it takes to meet the requirements, regardless of the proposed cost/price and will be rated unacceptable. In that case, the contractor may be found unacceptable, and ineligible for award. The Government reserves the right to ask questions of contractors if the Contracting Officer determines them to be necessary. Offerors must be registered on the System for Award Management (SAM) to be eligible for award. The Government reserves the right to award without discussions. In order to be eligible for award, a contractor must be determined to be responsible in accordance with FAR 9.104. Quotes shall be submitted via e-mail to tamara.c.udasco@usace.army.mil ATTN: Tamara Udasco, no later than the time and date specified on Standard Form 1449, Block 8. Unclear quotes may not result in questions for clarifications. Quotes received after the required time and date deadline will not be evaluated. QUESTIONS Inquiries to end users or any personnel regarding this project are not permitted. Please direct any inquiries concerning this solicitation must be submitted by email no later than Wednesday, December 2, 2015 at 12:00PM (EST). Email: tamara.c.udasco@usace.army.mil. No questions will be taken after that time. No assumptions, conditions, caveats or exceptions submitted with quotes in response to this solicitation will be accepted or incorporated into the awarded contract. Any and all assumptions must be addressed and/or resolved through the use of the question and answer period specified above. The offer shall be clearly indexed and logically assembled. All pages shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Factor 1 - Technical shall not exceed 25 pages; Factor 2 - Past Performance: See Questionnaire for more instruction and not to exceed 10 pages; Factor 3 - Price - no page limit. All files shall be submitted as either a Microsoft Excel (.XLS) file, Microsoft Word, or Acrobat (PDF) file as indicated in the table.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-16-T-0006/listing.html)
 
Place of Performance
Address: Georgetown Reservoir, 4600 MacArthur Blvd. NW, Washington, District of Columbia, 20007, United States
Zip Code: 20007
 
Record
SN03954970-W 20151127/151125233933-69cbe5a2a69541b565c889e1b0aebc73 (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.