Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOLICITATION NOTICE

39 -- Two (2) 120-ton overhead bridge cranes at Explosive Handling Wharf Building No. 1 (EHW-1), Kings Bay, Georgia

Notice Date
1/24/2020 3:43:34 AM
 
Notice Type
Presolicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
NAVAL FAC ENGINEEERING CMD ATLANTIC NORFOLK VA 23508 USA
 
ZIP Code
23508
 
Solicitation Number
N62470-20-R-1001
 
Archive Date
04/01/2020
 
Point of Contact
MIKEL OUTEN, Phone: 7579673836, Lisa Sumpter, Phone: 7579673819
 
E-Mail Address
mikel.outen@navy.mil, lisa.sumpter@navy.mil
(mikel.outen@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 10 FEBRUARY 2020. This synopsis is for a Best Value Source Selection solicitation. This acquisition will result in a Firm-Fixed Price (FFP) Contract to procure two (2) 120-ton overhead bridge cranes. �The cranes will be installed on a common runway in the Explosive Handling Wharf building No. 1 in Kings Bay, Georgia.� Two (2) existing 120-ton cranes will be removed under this contract. The best value source selection process to be used for this acquisition is the tradeoff analysis process as described in FAR 15. 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 solicitation will solicit offers from contractors for the purpose of procuring two (2) 120-ton, 189 foot span double girder, outdoor, cab operated, overhead electric traveling (OET) ordnance handling cranes, each with a 30-ton auxiliary hoist, with a backup radio-controlled system.� The cranes shall be designed, fabricated, assembled, facility tested, delivered, installed, field inspected and tested, and made ready for use in accordance with the contract specification. 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. The planned contract completion date will be 30 September 2022. 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 10 February 2020 and the estimated due date for proposals is 9 March 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 Ms. Mikel Outen, Contract Specialist, at mikel.outen@navy.mil.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0f9cf791b5194c00bc29819a06c36af0/view)
 
Place of Performance
Address: Kings Bay, GA, USA
Country: USA
 
Record
SN05543245-F 20200126/200124230148 (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.