Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2015 FBO #5012
SOURCES SOUGHT

Y -- Sources Sought for Greenup Crane Services

Notice Date
8/12/2015
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
USACE District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-15-R-SS01
 
Response Due
9/2/2015
 
Archive Date
10/11/2015
 
Point of Contact
Samantha Stiles, 304-399-5705
 
E-Mail Address
USACE District, Huntington
(samantha.l.stiles@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT notice for Market Research only to determine the availability of small business (SB) firms for a potential small business category set-aside. This notice neither constitutes a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, please do not request a copy of a solicitation. It should not be construed as a commitment by the Government for any purpose. Responses to this Sources Sought notice will be used by the Government to make appropriate acquisition decisions. The purpose of this announcement is to gain knowledge of potential qualified small business sources to include small business in the following categories: Small Business, Small Disadvantaged Business, Certified HUBZone, Woman-Owned, and Service-Disabled Veteran-Owned for Greenup Crane Services. The capabilities will be evaluated solely for the purpose of determining to set-aside for the small business community or to conduct as an other than small business procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The Government must ensure there is adequate competition among the potential pool of available contractors. The North American Industrial Classification System Code (NAICS) is 238990, which has a size standard of $15,000,000.00 in average annual receipts. The cost range of this project is between $5,000,000.00 and 10,000,000.00. Under Federal Acquisition Regulation (FAR) guidelines, FAR Clause 52.219-14, the concern will perform at least 25% of the cost of the contract, not including the cost of materials, with its own employees. The contract is for work at Greenup Locks and Dam located at Ohio River Mile (ORM) 341.0. The contract consists of removing and replacing two (2) miter gate leaves on the Lower Main Chamber gates. There is no access from land. All work must be completed utilizing one of the following methods or contractors may submit information on an alternate method or application that can be utilized to complete this work. 1.Floating derrick crane with a minimum capacity of 286 Tons at a radius of approximately 93'. This radius does not take into account the distance from the edge of the barge to the center pin of the crane. 2. Stationary gantry crane with bearing surfaces located directly on the lock monoliths for the gates to be replaced, 3.Combination of a smaller floating crane in conjunction with floating and sinking the gate into place. The contract would require that the contractor be capable of providing a crane, rigging and all other equipment needed for lifting a miter gate leaf during the following scenarios: 1.Remove existing miter gate leafs from their vertical position in the lock chamber. 2.Place removed miter gates leaves onto a contractor supplied barge transport to a scrapping facility 3.Move (2) two miter gate leaves from their position on a barge and place into position for installation by Government employees. Each miter gate leaf weighs approximately 286 tons. Dimensions of the gate are approximately 60'x 60'. All lifting lugs and lifting points have already been engineered and fabricated onto the miter gate leaves. The contractor must be qualified and experienced in utilizing cranes for heavy lifts. The contractor must be able to provide a general trades workforce, staff, equipment, financial base, insurance coverage to include marine insurance, bonding capability, a minimum of five (5) years experience on projects of $1,000,000 or more, and the ability to provide the services required including but not limited to: 1.Knowledgeable of current applicable statues, regulations and codes related to working on a government facility and when working with cranes at a government facility. 2.Ability to provide Performance and Payment bonds for 100% of the contract amount. 3.Ability to list successful completion of services within the last five (5) years for work of comparable nature. 4.Ability to provide experienced office and field staff. Both the Project Manager and Superintendent shall exhibit a minimum of four (4) years experience on similar size projects. 5.Ability, through demonstration of past projects, to procure services of equally qualified subcontractor(s) for any trade or discipline that are not contained within the general contractor's staff. 6.Ability to ensure all equipment and personnel are in accordance with EM 385-1-1. EM 385-1-1 can be found at the following link: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf 7.Ability to complete and submit an acceptable Activity Hazard Analysis EM 385-1-1, Section 01.A.13 8.Ability to complete and submit an acceptable Accident Prevention Plan as outlined in EM 385-1-1, Appendix A. 9.Ability to complete critical lift plans as outlined in EM 385-1-1, Section 16. The following requests are designed to apprise the US Army Corps of Engineers, Huntington District, of any prospective contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 15 pages. 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in proposing on the solicitation if/when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity based on the typical services listed above. Also provide comparable work performed within the past 5 years. Describe your self-performed effort, subcontracted effort, brief description of the project, customer name with point of contact information (email/phone), contract number, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples. Offerors must address their capability to perform each of the nine (9) services listed. Offerors who do not provide information demonstrating their capability to perform a specific service(s) will be determined as not possessing the ability to perform that specific service(s). 4) Offeror's type of small business (Small Business, Small Disadvantaged Business, Woman-Owned, HUBZone, or Service-Disabled Veteran-Owned). 5) Offeror's Joint Venture information if applicable - existing and potential (This information will not count against the page limitation). 6) Offeror's Bonding Capability in the form of a letter from a Surety The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing or developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This sources sought is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among small business concerns in general, or one of the small business subcategories. All interested contractors should provide a response by close of business, September 2, 2015. Submit your response to Samantha Stiles via email at Samantha.L.Stiles@usace.army.mil, or via fax: (304) 399-5281. Electronic submission via email are preferred.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-15-R-SS01/listing.html)
 
Place of Performance
Address: USACE District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
 
Record
SN03836417-W 20150814/150813000540-29edd3ae36812841302c7a72ac61b07a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.