The RFP Database
New business relationships start here

Dismantle/Demolish and completely remove four (4) platforms and six (6) sets of platform legs at PHNSY & IMF


Hawaii, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(ii) The solicitation number is N3225317R0026 and this is a request for proposal (RFP).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular.

(iv)  The solicitation is a small business set-aside and the associated NAICS code is 238910 and small business size standard is $15 M.

(v) Pearl Harbor Navy Shipyard & IMF requires a Contractor to dismantle/demolish and completely remove 4 platforms and 6 sets of platform legs

(vi) The platforms and legs dimensions are as follows:

a. 15'L x 19'W x 6'H Platform, ID 3225334728
b. 13'L x 17'W x 15'H Platform, ID 3225336933
c. 11'L x 12'W x 10'H Platform, ID None
d. 53'L x 15'W x 40'H Platform, ID None
e. 10'L x 20'W x 30'H Platform Legs, ID #1
f. 10'L x 30'W x 30'H Platform Legs, ID #2
g. 10'L x 30'W x 30'H Platform Legs, ID #3
h. 10'L x 30'W x 30'H Platform Legs, ID #4
i. 10'L x 30'W x 30'H Platform Legs, ID #5
j. 10'L x 20'W x 30'H Platform Legs, ID #6

(vii) The Period of Performance is August 14, 2017 through August 29, 2017 at Pearl Harbor Navy Shipyard. Items are located adjacent to Drydock 4, outside the Controlled Industrial Area (CIA). 

(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition

(ix) The provision at 52.212-2, Evaluation -- Commercial Items, will be used.   

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:  technical capability of the item offered to meet the Government requirement and price

Award will be made to the offeror with the Lowest Price Technically Acceptable Offer.

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.

(x) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.

(xi) Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

(xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition.


(xiii) Proposals are due by August 3, 2017 7:00 AM HST. Proposals can be sent by email to Tasha Cheramie at tasha.cheramie@navy.mil. ; If you have questions regarding the solicitation please email.  The telephone contact information is 808-473-8000 ext. 5198.



(xiv) There will be a site visit scheduled for Thursday, July 27, 2017 at 7:00 AM HST at Pearl Harbor Navy Shipyard to view the site where the work is to be completed.  Please RSVP for the site visit by Tuesday, July 25, 2017  7:00 AM HST. Please send an email to RSVP to Tasha Cheramie at tasha.cheramie@navy.mil.


Tasha Cheramie, Contract Specialist, Phone 80847380005198, Email tasha.cheramie@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP