The RFP Database
New business relationships start here

REHABILITATION AND CONSTRUCTION OF CRANES AND HOISTS


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

REHABILITATION AND CONSTRUCTION OF CRANES AND HOISTS

Sources Sought Synopsis Identification Number: W9128F-17-S-C002


DESCRIPTION


THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO COLLECT AND UTILIZE THE INFORMATION PROVIDED IN SUPPORT OF MARKET RESEARCH AND ACQUISITION PLANNING PURPOSES ONLY. THIS NOTICE DOES NOT CONSTITUTE A PRE-SOLICITATION NOTICE OF SOLICITATION ISSUANCE.


Response to this synopsis is strictly voluntary and will not affect any firm or corporation's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. The requested information is for market research and planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations under Federal Acquisition Regulation (FAR) 3.104.


The US Army Corps of Engineers (USACE) Northwestern Division (NWD) is seeking qualified members of Other than Small Business (OTSB) and Small Business Community (Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business, Woman Owned Small Business (WOSB), Historically Underutilized Business Zone (HUBZone) and Section 8(a) Participants) or small business-led teams, and small business joint ventures.


The recommended North American Industry Classification System (NAICS) Code for this work is expected to be 236210 - Industrial Building Construction (having a size standard of $36.5M).


This synopsis constitutes a market research tool for the collection and analyses of information to determine the capabilities and capacity of interested contractors that are capable of providing the scope of work as stated herein for crane and hoist equipment. This sources sought notice is also to determine contractors' capabilities in providing services within the entire NWD area of responsibility (AOR).


SCOPE OF WORK


The general scope of work will be for the rehabilitation and construction of various types of crane and hoist equipment at federal facilities. Some projects may involve working over or near water. The equipment will include but is not limited to the following:


- Overhead Bridge Cranes (typical capacity may range from 15 tons to 600 tons)
- Gantry Cranes (typical capacity may range from 15 tons to 480 tons)
- Underhung Monorail Cranes (typical capacity may range from 5 tons to 15 tons)
- Navigation Cranes
- Derrick Cranes (typical capacity may range from 10 tons to 200 tons)
- Fishery Cranes


Individual task orders contemplated for this work may be issued as either Design-Build (DB) or Design-Bid-Build (DBB) (construction only). Majority of task orders are expected to be Design-Build which will include design activities for the rehabilitation and construction of crane/hoist equipment. Rehabilitation and construction activities may also include conversions of drive motors and control systems to Variable Frequency Drive (VFD) controls.


The scope of work may include incidental services such as hazardous material removal, painting, final inspections and testing services, and classification/marking of final product.


This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to perform the work through a potential Multiple Award Task Order Contract (MATOC). Interested contractors, including OTSBs, SBs and small business-led teams, are hereby invited to submit a response to the synopsis to demonstrate their technical, managerial and business capability to provide the requested scope. THIS SOURCES SOUGHT SYNOPSIS DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. All interested, capable, qualified and responsive contractors are encouraged to reply to this market survey request.


PLACE OF PERFORMANCE


The scope of work that is being contemplated will be for the entire NWD AOR: Project locations are within the states of Kansas, Missouri, Nebraska, Colorado, Montana, North Dakota, South Dakota, Iowa, Idaho, Oregon, Wyoming ,and Washington.


All work must be performed within USACE guidance and in accordance with local, State and Federal requirements.


In accordance with FAR Subpart 4.1102 contractors are required to be registered in System for Award Management (SAM) prior to award of a contract or agreement that is not specifically exempt. (See SAM website at www.sam.gov).


SUBMISSIONS


Capabilities package/response submittal must be received no later than 2:00 Central Standard Time on 14 April 2017. Any information submitted is voluntary.


1. Interested firms having the capabilities necessary to meet or exceed all aspects of NAICS Code 236210 having a size standard of $36.5 Million Dollars over 3 Fiscal years and that can support the above scope of work should submit a capabilities package. The submission shall be prepared in Microsoft WORD 2000 or greater, no more than ten (10) pages, not including the Cover Letter, single spaced, 10 point font minimum.


2. A cover letter provided for the capabilities package should include:
a. Name and address of the company.
b. Company's business size status (i.e. OTSB, SB, SDB, WOSB, VOSB, SDVOSB, HUBZone, 8(a));
c. A point-of-contact to include phone number and email address. In addition, please provide affiliate information: parent company, joint venture partners, and potential teaming partners.
d. List of all NAICS codes your firm is registered under.


3. Interested contractors should submit at least three (3) project examples that were completed within the last 5 years which demonstrate the above scope of work. Submission of project examples on the larger capacity equipment is preferred. Each project example should contain the following:
a. Contract number, organization/agency supported, contract value, list/scope of work, whether your firm was the prime contractor or subcontractor, percentage of work performed by your firm, and NAICS code associated with project.
b. A brief description/narrative of how the project example relates to the services described herein.


4. In addition to the above, the Government requests comments from interested parties to the following questions:
a. Would your firm be interested in submitting a proposal considering the anticipated scope of services? If not, why?
b. Would your firm be interested and capable of performing services for projects located within the entire NWD AOR? If not, which states is your firm not interested in?
c. What is your firm's Project bonding capacity? Aggregate bonding capacity?
d. What is the minimum and maximum dollar value project which your firm would routinely consider submitting a proposal for?
e. What do you consider are the most critical criteria that would distinguish one company's capabilities from/over another? Explain.
f. How many task orders/projects does your firm routinely perform and manage concurrently?
g. Does your firm have any other comments or suggestions that you would like to share with the Government?


This sources sought synopsis is for market research and planning purposes only and is not to be construed as a commitment by the Government to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader's responsibility to monitor the Government Point of Entry (GPE) via FedBizOpps for any resultant or future solicitation package(s) that may be issued.


All interested, capable, and responsive contractors are encouraged to reply to this sources sought notice. Please e-mail responses to melissa.r.harlon@usace.army.mil and no later than 2:00pm, 14 April 2017.


Responses must include in the subject line: Response to Sources Sought Synopsis W9128F-17-S-C002. Email responses are required and any information submitted is voluntary.


THIS NOTICE DOES NOTCONSTITUTE A PRE-SOLICITATION NOTICE OF SOLICITATION ISSUANCE.


Contracting Office Address:
USACE District, Omaha, 1616 Capitol Ave, Omaha, NE 68102-4901


Point of Contact:
Melissa Harlon, melissa.r.harlon@usace.army.mil


Melissa R. Harlon, Email melissa.r.harlon@usace.army.mil - Jessica R. Jackson, Contract Specialist, Email jessica.r.jackson@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP