Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
SOURCES SOUGHT

Y -- Lake Washington Ship Canal ECS Crane Replacement, Seattle, WA - Attachment - Figure 2-9

Notice Date
5/10/2017
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W68MD971307837
 
Archive Date
5/31/2017
 
Point of Contact
Caroline Mueller, Phone: 206-764-6741
 
E-Mail Address
caroline.b.mueller@usace.army.mil
(caroline.b.mueller@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for a construction project titled: Lake Washington Ship Canal (LWSC) Emergency Closure System (ECS) Crane Replacement, located in Seattle, WA. Proposed project will be a firm fixed-price construction project. Construction magnitude is estimated to be between $1 Million and $5 Million. 100 percent payment and performance bonds will be required. The North American Industry Classification System (NAICS) code for this project is 237990, Other Heavy and Civil Engineering Construction, and the associated small business size standard is $36,500,000 in average annual receipts. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 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. 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 Government. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. SUMMARY SCOPE OF WORK (SOW): The U.S. Army Corps of Engineers - Seattle District requires removal of the current 75-ton stiffleg derrick crane located on the Ballard Locks' northern monolith and replacement with a luffing style crane along the same footprint. The crane shall meet the following criteria: 1. 93,000 lbs rating capacity (includes lifting beam, but does not include hook & wire rope weight) at a radius of 67-feet, for Lift 1 in Figure 2-9. 2. 50,000 lbs rating capacity (includes lifting beam, but does not include hook & wire rope weight) at a radius of 110-feet, for Lift 7 in Figure 2-9. 3. Crane shall be designed to safely sustain lifts at 125% of rated capacities listed above, for contingency extreme loading situations (such as if debris gets stuck on the saltwater barrier). 4. Boom length shall be between 110-115 feet. 5. Single or double box-type boom (no lattice type booms). Work will also include equipment removal and minor upgrades to the neighboring hoist house. REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address (mailing and URL), point of contact, phone number, email address. 2. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business). 3. Three (3) to five (5) examples of past projects as the Prime Contractor for crane installations of similar size, complexity and scope completed within the last six years. Examples should include the following information: a) A description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of each project b) Type of crane, crane's maximum rating capacity, and crane boom length 4. Firm's interest in bidding on the solicitation if issued. 5. CAGE code and DUNS number. 6. Firm's Joint Venture Information, if applicable. 7. Bonding Information. Provide the following, on the bonding company's letterhead: a) Bonding Limit - Single Bond b) Bonding Limit - Aggregate 8. Of the total proposed Scope of Work (SOW), estimate the percentage (%) to be performed by small and other than small (large) businesses. 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 an electronic notification of a solicitation should one be issued. SUBMIT TO: Responses to the Sources Sought Announcement should be received no later than 2:00 pm (Pacific Time) on 22 May 2017. Submit responses to the attention of Caroline Mueller, Contract Specialist, by email: caroline.b.mueller@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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W68MD971307837/listing.html)
 
Place of Performance
Address: Hiram M. Chittenden Locks – Lake Washington Ship Canal, Seattle, Washington, 98107, United States
Zip Code: 98107
 
Record
SN04502931-W 20170512/170510234854-61ef03e910d7e65f3d88f17c17a8ddb2 (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.