Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2016 FBO #5160
SOURCES SOUGHT

Z -- REHABILITATION OF WOODRUFF/SEMINOLE-INTAKE AND SPILLWAY GANTRY GATES

Notice Date
1/7/2016
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-16-R-0026
 
Archive Date
2/11/2016
 
Point of Contact
Joycelyn Rodgers, Phone: (251) 441-6171
 
E-Mail Address
Joycelyn.Rodgers@usace.army.mil
(Joycelyn.Rodgers@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is SOURCES SOUGHT SYNOPSIS and is for informational/market research purposes only. THIS IS NOT A Request for Proposals (RFP), Quotations (RFQ) or Bids (IFB). NO SOLICITATION IS CURRENTLY AVAILABLE. This is NOT a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Corps. The results of this survey will be considered to be in effect for a period of one (1) year from the date of this notice. The proposed project will be a competitive, firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Large Business Community and the Small Business Community to include Small Business (SB), Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Section 8(a), and Historically Underutilized Business Zones (HUB-Zone) Prime Contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 811310, Commercial and Industrial Machinery and Equipment; Small Business size standard is $7.5M Depending upon the responses in the small business categories listed above, the solicitation will either be set aside in one of the latter categories or be issued as unrestricted open to both small and large business. The Prime Contractor, in accordance with FAR clause 52.219-14 Limitations on Subcontracting paragraph (c)(4) Construction by special trade contractors, will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. OVERVIEW: The U.S. Army Corps of Engineers - Mobile District requires the labor, materials, and equipment to perform all the work necessary to completely inspect and load test the 75-ton Intake Gantry Crane and the 75-ton Spillway Gantry Crane. The following is a brief description of the proposed project: Provide all labor and materials to perform all work required for fully inspecting and load testing of listed cranes. Perform a full mechanical and electrical inspection of listed cranes. Load testing shall include all lifting blocks and hoists. Load testing should be by water bags wherever possible. Load testing shall be in accordance with ASME B30.2-2011 Overhead and Gantry Crane (Top Running Bridge, Single or Multiple Girder, Top Running Trolley Hoist) and USACE Safety and Health requirements manual EM-385-11. Provide detailed report specifying any issues found during inspection and load testing. Provide pricing for any repairs necessary. *REQUIREMENTS* Interested firms should submit capabilities package, limited to five (5) pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, CAGE code and e-mail address. Small business category and business size (SB, SDB, WOSB, SDVOSB, HUB Zone, or 8(a) if applicable. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's in-house capability to execute design and construction, comparable work performed within the past five (5) years. Provide three (3) examples of past projects as the Prime Contractor that are of similar scope, size, and complexity completed within the last five (5) years. Examples should include: a. A description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of each project; b. Description of experience sand-blasting and recoating hydraulic steel structures in-place, including erecting scaffolding and containment structures; c. Description of experience disassembling, inspecting, and rehabilitating hoist machinery and/or motor gear boxes used for hoisting/lifting. 4. Firm's Joint Venture Information, if applicable (existing and potential) 5. Firm's Bonding Capability: a. Provide the following, on the bonding company's letterhead: (1) Bonding Limits (a) Single Bond (b) Aggregate b. Proof the contractor can provide bonding for the maximum amount of the magnitude of construction range. c. Length of time the contractor has been associated with the bonding company. d. Claims History and Outstanding Claims of the Contractor. e. Surety to be used for Performance and Payment Bonds. f. Other commitments that might interfere with performance of the contract. All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response under this sources sought announcement. The official synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.FBO.gov) inviting firms to register electronically to receive a copy of a solicitation should one be issued. SUBMIT TO: Responses to this Sources Sought Announcement should be received as soon as possible but no later than 2:00 pm (Pacific Time) on 27 January 2016. The responses should be forwarded to the attention of Joycelyn Rodgers, Contract Specialist, by email: Joycelyn.Rodgers@usace.army.mil. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts. Contracting Office Address: USACE District, Mobile, ATTN: CESAM-CT, 109 St. Joseph Street, Mobile, AL 36602 Place of Performance: Jim Woodruff Power House, Chattahoochee, FL 32324 This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-16-R-0026/listing.html)
 
Place of Performance
Address: Jim Woodruff Powerhouse, Chattahoochee,, Florida, 32324, United States
Zip Code: 32324
 
Record
SN03985753-W 20160109/160107234821-ce295aab212783a1b474db4c2d760996 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.