SOURCES SOUGHT
J -- MAINTENANCE AND REPAIR SERVICES FOR CRANES AND HOISTS
- Notice Date
- 3/17/2017
- 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, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-17-S-C001
- Point of Contact
- Melissa R. Harlon, , Jessica R. Jackson,
- E-Mail Address
-
melissa.r.harlon@usace.army.mil, jessica.r.jackson@usace.army.mil
(melissa.r.harlon@usace.army.mil, jessica.r.jackson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- MAINTENANCE AND REPAIR SERVICES FOR CRANES AND HOISTS Sources Sought Synopsis Identification Number: W9128F-17-S-C001 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 is seeking qualified members of the 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 that qualify under the North American Industry Classification System (NAICS) Code 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (having a size standard of $7.5M). 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 services listed under NAICS code 811310 specifically for crane and hoist equipment. This sources sought notice is also to determine contractors' capabilities in providing services within Omaha and Kansas City Districts combined area of responsibility (AOR) and/or Walla Walla, Portland, and Seattle Districts combined AOR. SCOPE OF SERVICES The general scope of services will be for the maintenance, repair, installation, marking, testing and inspection 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 Typical services may include: - Wire rope replacement; - Lattice boom repairs; - Crane brake repair & overhaul; - Mechanical load brake repair & conversions; - Crane controls troubleshooting & repair; - Crane control conversions to remote control; - Load indicating devices and alarms; - Troubleshooting & repair; - Crane rail surveys & alignment repairs; - Load testing; - Inspections; - Crane training and certifications; - NDT services to include hooks & terminal lifting devices, drum hoists, gear box teeth; - Up-rating of crane capacities including mechanical and structural component analysis; - Emergency repairs 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 potential Single Award Task Order Contracts (SATOCs). Interested contractors, including small businesses and small business-led teams, that qualify under NAICS Code 811310 are hereby invited to submit a response to the synopsis to demonstrate their technical, managerial and business capability to provide the requested services. 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 services that are being contemplated may be for two separate regions. 1. Kansas City and Omaha Districts AOR: Project locations located within the states of Kansas, Missouri, Iowa, Nebraska, Colorado, Wyoming, Montana, North Dakota, and South Dakota. 2. Portland, Seattle, and Walla Walla Districts AOR: Project locations located within the states of Idaho, Oregon, 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 811310 having a size standard of $7.5 Million Dollars over 3 Fiscal years and that can support the above scope of services 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 small business size status (i.e. 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. 3. Interested contractors should submit at least three (3) project examples that were completed within the last 4 years which demonstrate the above scope of services. 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 services, 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 Omaha and Kansas City Districts AOR? c. Would your firm be interested and capable of performing services for projects located within Portland, Seattle, and Walla Walla Districts AOR? 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, qualified (under NAICS code 811310) 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-C001. 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 Place of Performance: USACE District, Omaha 1616 Capitol Ave, Omaha NE 68102-4901 US Point of Contact: Melissa Harlon, melissa.r.harlon@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-17-S-C001/listing.html)
- Place of Performance
- Address: USACE District, Omaha, 1616 Capitol Ave, Omaha, Nebraska, 68102, United States
- Zip Code: 68102
- Zip Code: 68102
- Record
- SN04438847-W 20170319/170317234117-928ce5f29b939ee2b40644891af98bab (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 |