SOURCES SOUGHT
39 -- Install 10-Ton Crane in Building 1330, Fort Stewart, GA
- Notice Date
- 7/15/2020 1:53:54 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W6QM MICC-FT STEWART FORT STEWART GA 31314-3324 USA
- ZIP Code
- 31314-3324
- Solicitation Number
- T3D-7-9J
- Response Due
- 7/23/2020 12:00:00 PM
- Archive Date
- 08/07/2020
- Point of Contact
- Sheung Li, Phone: 9127677846, Mary L. Hightower, Phone: 9127678472
- E-Mail Address
-
sheung.c.li.civ@mail.mil, mary.l.hightower2.civ@mail.mil
(sheung.c.li.civ@mail.mil, mary.l.hightower2.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY!� This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Any written responses to this source sought shall be used T3D-7-9J on the subject line. Fort Stewart MICC anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 236220.� The size standard for NAICS is $39.5M. The requirement is to provide complete design, fabrication, installation and testing of 10 Ton Top Running Double Girder Bridge Crane and related foundation within an existing pre-engineered metal building structure utilized for vehicle maintenance. Crane shall have a 25� span X 32� runway. Electrical work will include providing 460V/3 Phase/60 Hz. Power to new crane and electrical alterations related to relocating existing unit heaters. Mechanical work includes the relocation of existing unit heaters and related piping to provide headroom clearance required for crane. The following salient characteristics must be must: Span:���������������������������������� 25 Ft.-0 inches Capacity:��������������������������� 10 Tons Crane type: ���������������������� Top running double girder bridge Crane System Classification:������������������� Crane shall be designed and constructed to CMAA specification #70 or #74�applicable, for Class �C� service requirements and operation in a non-��hazardous�environment. Crane speed: ������������������� 100 FPM, infinitely variable Crane drive: ��������������������� Double motor drive������������������������ Trolley speed:� ����������������� 65 FPM, infinitely variable Trolley drive: ������������������� Motorized Hoist speeds:� ������������������ 20 and 3.2 FPM, two speed Hoist type: ����������������������� Electric wire rope Hoist lift required: ���������� 12 Ft. � 8 Inches Minimum Control:� ��������������������������� Pendant from independent track on bridge NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! MICC � Fort Stewart is interested in any Small Business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit their company's business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) and a description of or examples of similar products or services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database prior to award. The website for registration is www.sam.gov. Responses shall be submitted electronically to the following e-mail address Sheung.c.li.civ@mail.mil� Subject: T3D-7-9J RFI.� Telephone responses will not be accepted. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through Contract Opportunities at beta.sam.gov.� RESPONSES ARE DUE NO LATER THAN 23 July 3:00 PM EST.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/469e86bff2d94a0b83210fc0bafa5cbd/view)
- Place of Performance
- Address: Fort Stewart, GA 31314, USA
- Zip Code: 31314
- Country: USA
- Zip Code: 31314
- Record
- SN05722638-F 20200717/200715230153 (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 |