Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2020 SAM #6742
SOLICITATION NOTICE

W -- IDIQ Crane Rental and Crane Operator Services, NPTU, Goose Creek, SC

Notice Date
5/13/2020 5:17:49 AM
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N6945020R0085
 
Archive Date
06/15/2020
 
Point of Contact
Kendra McMahon, Phone: 904-542-6669, Rebecca Jones, Phone: 904-542-3870
 
E-Mail Address
kendra.mcmahon@navy.mil, rebecca.m.jones@navy.mil
(kendra.mcmahon@navy.mil, rebecca.m.jones@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a synopsis notice for crane rental and crane operator services at Nuclear Propulsion Training Unit (NPTU) at Joint Base Charleston, Goose Creek, South Carolina. The procuring contracting office is NAVFAC Southeast, Bldg. 903, P.O. Box 30, Naval Air Station Jacksonville, FL� 32212. The primary point of contact is Kendra McMahon Contract Specialist, (904) 542-6669. The proposed solicitation number is N6945020R0085. The work will include, but is not limited to, the services of one (1) spud barge crane with three (3) crane operators, two (2) tugboats, one (1) small pusher boat, one (1) 30�x 110� spud barge (open deck work barge), (1) telescopic boom type mobile crane with three (3) crane operators, and one (1) South Carolina state certified surveyor and appropriate surveying equipment.� The place of performance is Naval Propulsion Training Unit (NPTU), attached to Joint Base Charleston, Goose Creek, South Carolina. The proposed contract type is a Firm-Fixed Price (FFP), Single Award Indefinite-Delivery/Indefinite Quantity (IDIQ) contract utilizing the policies and procedures of FAR part 12, Acquisition of Commercial Items, in conjunction with FAR Part 15, Contracting by Negotiation.� The contract term will be a five year ordering period and will have an aggregate maximum value of $12,000,000 for all years, whichever comes first.� Additionally, the Government may require the Contractor to continue performance for an additional period up to six months under the FAR 52.217-8, Option to Extend Services clause.� A seed project will be awarded to meet the minimum guarantee.� Task orders will range from $150,000 to $6M.� However, task orders under or over these amounts may be considered if deemed to be in the Government�s best interest.� The primary NAICS Code for this procurement is 238990 and the annual small business size standard is $16.5 million. This is a new procurement.� It does not replace an existing contract.� No prior contract information exists Market research was performed in accordance with FAR 10.002(b)(2).� As a result of the market research, the Contracting Officer recommended soliciting as a competitive 100% small business set-aside.� The NAVFAC Southeast Small Business office concurs with the set-aside determination.� As a result, the proposed Request for Proposal (RFP) will be issued as a competitive 100% small business set-aside.� All responsible small business sources may submit a proposal in response to the solicitation.��� The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government.� Award will be made to the offeror whose total price and technical proposal offers the best value to the Government. Due to the COVID-19, preliminary information is requested for site visit planning purposes.� If your firm is interested in attending a site visit, submit a site visit request to Kendra McMahon via email to kendra.mcmahon@navy.mil and Rebecca Jones via email to rebecca.m.jones@navy.mil by 2:00pm EDT 19 May 2020. �Based on responses an on-site or virtual site visit may be scheduled.� Additional information will be provided in the RFP. Offerors can view and/or download the solicitation at https://beta.sam.gov/ �when it becomes available. The anticipated date of RFP issuance is on or after 20 May 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/21a02e60833147ca9cefd0bb74f50c95/view)
 
Place of Performance
Address: Goose Creek, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN05656028-F 20200515/200513230154 (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.