Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOLICITATION NOTICE

Y -- Solicitation W912P520R0001 - Barkley Dam Intake Gantry Crane Replacement

Notice Date
7/10/2020 12:05:57 PM
 
Notice Type
Presolicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
US ARMY ENGINEER DISTRICT NASHVILLE NASHVILLE TN 37203-1070 USA
 
ZIP Code
37203-1070
 
Solicitation Number
W912P520R0001
 
Response Due
8/5/2020 11:00:00 AM
 
Archive Date
08/20/2020
 
Point of Contact
Ray Kendrick, Phone: 6157367932, Fax: 6157367124
 
E-Mail Address
ray.kendrick@usace.army.mil
(ray.kendrick@usace.army.mil)
 
Description
�Amendment 01: 1. Extend proposal due date from 27-July-2020 to 5-August-2020 with the time staying the same. *Note: No further extension will be granted, 2. Extend questions due date from 9-July-2020 to 14-July-2020 at 10:00 AM Central Standard Time. W912P520R0001 Synopsis: PURPOSE: The Nashville District U.S. Army Corps of Engineers (USACE) intends to issue a Request for Proposal (RFP) solicitation for a firm fixed price construction contract for the removal of existing 110 ton gantry crane and supply and install of a new 165-ton gantry crane on the intake/spillway deck of Barkley Dam at Kuttawa, KY. The Contractor will be responsible for the following activities/items under the proposed contract:� Design, manufacturing, shop testing, on-site assembly, and on-site testing of a 165 TN multi-hoist gantry crane with fully enclosed trolley and gantry mounted, enclosed operating cab. Work also will include design, manufacturing, and installation of all below-the-hook lifting devices such as the main hoist lifting beam, auxiliary hoist hook, and clamshell bucket.� The main hoist lifting beam will be required to contain self-actuating gate latches. �Electrical work will include installation of new 480v feeders to run crane motor and controls. Existing multi-purpose gantry crane, which includes a 110 ton hoist and a 75 ton hoist, will be deconstructed from the dam intake deck and removed from the site via floating plant or other acceptable means. Work executed under this contract will be subject to time sensitive powerhouse outage restrictions with potential major impacts to powerhouse revenue. The contractor will be required to provide all plant, labor and materials to complete the project. �*Please note that this description is subject to change. This is a Pre-solicitation Notice. This Notice is being issued for planning and informational purposes only. This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this Notice. The plans and technical specifications for this requirement will only be available upon solicitation issuance. NAICS CODE AND SBA SIZE STANDARD: The anticipated NAICS code is 333923, (Overhead traveling crane, hoist and monorail system manufacturing) with a size standard of 500 employees. TYPE OF SET-ASIDE: Unrestricted Full and Open Competition SOLICITATION AND CONTRACT TYPE: It is anticipated that from the RFP Solicitation, the Government will award one Firm-Fixed Price Construction Contract to the company that provides the best value proposal who is found to be responsive and responsible. DISCLOSURE OF MAGNITUDE OF THE CONSTRUCTION PROJECT: The disclosure of magnitude range is more than $10,000,000. PERIOD OF PERFORMANCE: The anticipated contract period is five hundred�eighteen (518) calendar days after notice to proceed (NTP). SOLICITATION RELEASE DATE: The anticipated release date for this solicitation is on or around June 2, 2020. The technical plans and specifications will be available at the time of solicitation release. SYSTEM FOR AWARD MANAGEMENT (SAM): �Offerors and quoters are required to be registered in the System for Award Management (SAM) database (www.sam.gov) at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. SITE VISIT: Please refer to the solicitation, once posted, for the exact date and time of the site visit. No other site visit will be scheduled or granted. Once posted the solicitation will include the latest information on the organized site visit. ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the BetaSam.gov website.� It is and will continue to be, the responsibility of all potential offerors to monitor the BetaSam.gov website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/afea8ce4aec54b9cb44e45e06a66fd34/view)
 
Place of Performance
Address: Kuttawa, KY 42055, USA
Zip Code: 42055
Country: USA
 
Record
SN05717623-F 20200712/200710230157 (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  © 1994-2020, Loren Data Corp.