3159 - BOPP Replacement
1. Notice Type: Pre-solicitation Synopsis
2. FSC: 1925 - Special Service Vessels
3. Subject: MVN BOPP Replacement
4. Solicitation No.: W912BU19R0016
5. Set-aside: 100% Small Business Set-Aside
The U.S. Army Corps of Engineers, Philadelphia District, intends to initiate a Request for Proposal (RFP) to procure one (50 ft. x 16 ft. x 4.5 ft.) self -propelled, aluminum, deep "v" survey vessel to be used in maintaining navigable waterways in the Mississippi River delta and the Southwest Pass in support of the New Orleans District.
The vessel shall operate as a hydrographic survey platform for 95% of its operational time and as a side scanning platform for 5% of its operational time.
The vessel will be constructed in accordance with the American Bureau of Shipping (ABS) "Guide for Shipbuilding and Repair Quality Standard for Hull Structures During Construction
The hull shall meet one compartment damaged stability. The hull shall be constructed in accordance with the IACS guide selected by the contractor.
Delivery will be to:
U.S. Army Corps of Engineers
New Orleans District
F.O.B. Destination. Bonding, warranty and liquidated damages will be required for this procurement. There are no options associated with this requirement.
The North American Industry Classification Standard (NAICS) is 336611 and the size standard is 1,250 employees to classify as a small business.
The acquisition will be IAW the process prescribed in Part 15 Contracting by Negotiations of the Federal Acquisition Regulation (FAR). The source selection approach for this contract will be the Tradeoff Process; it will be in the best interest of the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror. The Five Evaluation Factors that will be used in determining the most beneficial offer to the government are: Product, Management, Experience, Past Performance and Price. Narratives must clearly define the proposed scope and quality levels that the contractor is offering to the Government in enough detail for the Government and the offeror to mutually understand whether the proposal meets or exceeds the minimum solicitation requirements. Detailed evaluation criteria will be included in the RFP package. Initial price proposals must be submitted along with initial technical proposal to the Contracting Officer in accordance with the requirements of RFP. Offerors are advised that the Government may award a contract based on initial proposals received without discussions or any contact concerning the proposal received; therefore, each proposal should contain the offeror's best terms.
The solicitation number W912BU19R0016, will be available for downloading from FedBizOpps on or about 13 March, 2019. Hard copies will not be available and written or fax requests will not be accepted. The official media of distribution for this RFP is the FBO.gov website. Contractors may download the solicitation (including any drawings) and any amendments via the Federal Business Opportunities (FedBizOpps) web site at fbo.gov. It is the offeror's responsibility to monitor the FedBizOpps web site for any amendments. Offerors are responsible for printing copies of the RFP and any amendments.
All contractors are required to be registered in the System for Award Management (SAM) before award as required by FAR 4.1102.
Contracting Office Address:
100 Penn Square East
Wanamaker Bldg (RM 643)
Philadelphia, Pennsylvania 19107-3390
United States
Place of Performance:
TDB
United States
Primary Point of Contact:
Marvin A. Nunez,
Contract Specialist
[email protected]
Secondary Point of Contact:
Adriana A. Dunaway,
Contract Officer
[email protected]