Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 05, 2024 SAM #8074
SOLICITATION NOTICE

J -- JOHN A. B. DILLARD DRY DOCK SERVICE

Notice Date
1/3/2024 1:18:26 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
W075 ENDIST SAN FRAN SAN FRANCISCO CA 94102-3406 USA
 
ZIP Code
94102-3406
 
Solicitation Number
W912P724R0003
 
Response Due
1/12/2024 3:00:00 PM
 
Archive Date
01/27/2024
 
Point of Contact
James Neal, Phone: 4155036891, Suntok Mcguinness, Phone: 4155032953
 
E-Mail Address
james.neal@usace.army.mil, suntok.mcguinness@usace.army.mil
(james.neal@usace.army.mil, suntok.mcguinness@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 1- The purpose of this amendment is to extend the response date and time� From 12 PM PST 5 January 2024 To: 3 PM PST 12 January 2024 This is a combined synopsis/solicitation for commercial items (services) prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12 as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. The solicitation number is W912P724R0003. The vessel will be delivered to the Sausalito Bay Model Visitor Center Dock no later than 90 days after receipt of the vessel for final inspection and acceptance. This requirement is being solicited as Total Small Business Set-Aside (FAR 19.5) competition. The North American Industry Classification System (NAICS) code is 336611 Ship Building and Repairing, the business size standard is 1300 Employees, the Project Service Code is J019 Maintenance and Repair of Ships, Small Craft, Pontoons and Floating Docks. The Government will award a Firm-Fixed-Price (FFP) contract resulting from this Request for Proposal (RFP)� to the responsible vendor whose submission conform to the solicitation. This announcement does not obligate the Government to award a contract, nor does it obligate the Government to pay for any preparation cost. The prevailing wage rate at time of award will be used in accordance with McNamara-O'Hara Service Contract Act located at sam.gov for the location of the service. Clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. No� addenda to the clause. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and clause listed in� attachment W912P723R0003_CLAUSES The Quality Assurance Surveillance Plan will be used by the Contracting Officer Representative monitor repairs and work quality. (Section VI PWS) Project Description: The U.S. Army Corps of Engineers (USAGE), San Francisco District is seeking to contract professional Services for Maintenance and Repair of Ships or Small Craft. The contractor's work and responsibility shall include; all job planning, programming, scheduling, administration, inspection and management necessary to accomplish specified services. The contractor shall make sure that work is accomplished in accordance with the contract and all applicable laws, municipal codes, regulations, and/or written directives issued by the Contracting Officer. PERIOD OF PERFORMANCE: Not to exceed 90� days after delivery of the vessel to contractor�s yard. SUBMISSION REQUIREMENT: The provision at 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition . No addenda. All interested firms shall submit a proposal in accordance FAR provision 52.212.-1 and shall include the information as stated below. (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical/ capability and equipment statement; (5) Terms of any express warranty (if any); (6) Price and any discount terms; (7) �Remit to� address, if different than mailing address; (8) Line Item Price Schedule (Attached); (9) A completed copy of the representations and certifications at FAR 52.212-3 (Attached in Clauses); 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (FEB 2016) (Attached in Clauses); (10) Acknowledgment of Solicitation Amendments; (11) Cage Code and Unique Entity Identifier (UEI) number. The Proposal should clearly identify any assumptions or exceptions upon which your Proposal is based. Any questions regarding this synopsis/solicitation, shall be submitted by e-mail to Mr. J. Dennis Neal james.neal@usace.army.mil) or telephone number (415) 503.6891 by 15 December 2023. Questions and Answers will be posted on sam.gov on 22 December 2023. All Proposals must be received by email to james.neal@usace.army.mil prior to closing date/time of this combined synopsis/solicitation. You will receive and email confirmation of receipt. If you are unable to provide an email. Please contact J. Dennis Neal by phone prior to closing date/time of this combined synopsis/solicitation �Phone number 415-503-6891 No hand-delivered proposals will be accepted. 52.212-2 Evaluation�Commercial Products and Commercial Services. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: �(i) price The offeror�s Price proposal will be evaluated for Reasonableness and Balance. Reasonableness. Adequate price competition is expected to support the determination of reasonableness. Unbalanced�pricing�exists when, despite an acceptable total evaluated�price, the�price�of one or more�line items�is significantly over or understated as indicated by the application of cost or�price�analysis techniques. (ii) technical capability/experience of the item offered to meet the Government requirement. The offeror shall provide a list for up to two (2) previous jobs performed in the past three (3) years where the same or similar services were performed. Include the name of the business, contact information, the types of services performed, and duration and dollar value of each job. (Contractor Experience Form Attached) This is a Lowest Price Technically Acceptable evaluation- No factors have more relative importance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Selection will be made on the basis of the Lowest Evaluated Price of proposals meeting or exceeding the acceptability standards for non-cost factors. Lowest Price Technically Acceptable (LPTA). Site Visit: The Dillard is Located at 2100 Bridgeway, Sausalito, CA 94965. Please contact Captain Douglas Meyer (Kixon) at email: douglas.b.meyer@usace.army.mil or Phone: 510 590-8181 to schedule a site visit. (Phone primary option)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e6a3e1ba45ef424dae7715909a770473/view)
 
Record
SN06925550-F 20240105/240103230042 (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.