SOURCES SOUGHT
20 -- FY19 SAO Modular Barge Supply
- Notice Date
- 4/23/2019
- Notice Type
- Synopsis
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- 477 Michigan Avenue Detroit MI 48226
- ZIP Code
- 48226
- Solicitation Number
- W911XK19R0019
- Response Due
- 5/7/2019
- Archive Date
- 5/14/2019
- Point of Contact
- Lisa M. May, Contract Specialist, Phone 3132263639, - Robert Austin, Chief, Contracting Branch, Phone 3132266819
- E-Mail Address
-
Lisa.M.May@usace.army.mil, robert.w.austin@usace.army.mil
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT notice. The U.S. Army Corps of Engineers, Detroit District, is seeking potential firms for the supply of modular barge components to be utilized to construct a fully serviceable modular steel spud crane barge at the Soo Locks, in Sault Ste. Marie, Michigan. The U.S. Army Corps of Engineers, Detroit District, is seeking potential firms for the supply of modular barge components to be utilized to construct a fully serviceable modular steel spud crane barge consisting of multiple floating sections to create a nominal overall platform size of 130' in length by 70' in width by 7' in depth. This includes, nominally, no less than 120' in length of full 7' nominal depth with up to an additional 10' in hull rake length and no less than 5' in length of hull rake. The barge shall include two 40' nominal length cable winch operated spuds with attaching pockets or wells and all required winch components for proper operation except for wire rope. Alternate configurations will be entertained, however the overall barge dimensions with spud pockets/wells shall not exceed 180' in length by 76' feet in width by 7' in depth. The modular barge is to be utilized on the St Marys River, a connecting waterway in the Great Lakes system. The barge will be utilized as a floating platform for a Government owned Manitowoc MLC 300 lattice boom crawler crane. The combination of crane and modular barge will be utilized for navigational maintenance to include lift crane work and transportation around a robust civil works facility that includes commercial navigation locks, dams, hydropower plants, and other marine structures. The combination will also be utilized in duty cycle crane work to include clamshell digging and stone placement with a grapple. The Manitowoc MLC 300 will be outfitted with standard 48" tracks, 474,400 pound Series 3 (S-3) counterweight, and 137.8' of B10 lattice boom and will have a center of rotation no more than 45' from the stern, non-raked end, of the barge. The barge shall properly support crane loads of 141,700 pounds at a 70' radius based on Manitowoc's 3 degree Barge Chart for the stated configuration; reference Manitowoc Chart 9395-A. Delivery of float sections, not including raked ends will be required in early November 2019. Raked ends, spuds, and other items will have a delivery requirement of mid-December 2019. Provisions will be included to allow the contractor to substitute any components that cannot be delivered by the required dates with used or rental stock at no additional cost to the Government from early November 2019 through May 2020. During this period the barge will be assembled and used or rental stock components may not be changed out for new product delivered to meet the requirements of the contract. Float sections will be required to be constructed to American Bureau of Shipping (ABS) approved plans and specifications. The fully assembled barge shall allow safe crane operations of the referenced Manitowoc MLC 300 and development of all required documents per U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM-385-1-1, dated 30 November 2014. This includes, but is not limited to, Floating Load Service Chart, Naval Architectural Analysis, and Floating Service Structural Analysis. Specific crane barge requirements are referenced in Section 16.L Floating Cranes/Derricks, Crane Barges, and Auxiliary Shipboard-Mounted Cranes, of U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM-385-1-1, dated 30 November 2014. Contract solicitation is estimated to be issued in mid to late May 2019. The North American Industrial Classification System (NAICS) code is 332312, which has a size standard of 500 in average employment of a firm. This is NOT a request for proposal. This announcement is for planning purposes only. Qualified companies are encouraged to respond. The response to this notice shall be in summary format and shall not exceed eight (8) pages, including the attached response form. In order to determine the extent of industry interest and experience in the project, interested contractors shall present the following information: 1. A completed Sources Sought Information Request Form located in the "Sources Sought" notice on www.FBO.gov. 2. If applicable, identification and verification of the company as a Small Business, HubZone, 8(a), Service Disabled Veteran Owned Business, and/or Woman Owned Small Business, subject to verification by the Small Business Administration. 3. A letter from the firm's bonding company verifying the amount of the firms bonded capacity. Qualified companies, regardless of their size or socio-economic status, are encouraged to respond. No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. All firms that are interested in responding are invited to submit their information via email only to the Contracting Division at LRE-Quotes@usace.army.mil and Lisa.M.May@usace.army.mil. Responses must be provided in either Microsoft Word or Adobe Acrobat PDF format. Please submit responses no later than the time stated in this notice on www.fbo.gov. Please reference "SOURCES SOUGHT: SAO FY19 Modular Barge Supply" in the subject line. Respondents will not be contacted regarding their submission or information gathered as a result of this Sources Sought notice. The formal solicitation will be issued by a separate announcement as indicated earlier in this notice. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA35/W911XK19R0019/listing.html)
- Place of Performance
- Address: Sault Ste Marie, MI
- Country: US
- Country: US
- Record
- SN05290025-F 20190425/190423230020 (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 |