Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2021 SAM #7112
SOLICITATION NOTICE

Z -- Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)

Notice Date
5/20/2021 8:59:55 AM
 
Notice Type
Presolicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF21R0012
 
Response Due
5/20/2021 4:00:00 PM
 
Archive Date
06/04/2021
 
Point of Contact
Hillary A. Morgan, Phone: 5095277214, Karlyn Holland, Phone: 5095277206
 
E-Mail Address
hillary.a.morgan@usace.army.mil, Karlyn.K.Holland@usace.army.mil
(hillary.a.morgan@usace.army.mil, Karlyn.K.Holland@usace.army.mil)
 
Description
Construction Contract:� Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) Project locations are within the states of Kansas, Missouri, Nebraska, Colorado, Montana, North Dakota, South Dakota, Iowa, Idaho, Oregon, Washington, and Wyoming. The general scope of work will be for the rehabilitation and/or new construction of various types of crane and hoist equipment at federal facilities.� Project locations are within the states of Kansas, Missouri, Nebraska, Colorado, Montana, North Dakota, South Dakota, Iowa, Idaho, Oregon, Washington, and Wyoming.� The equipment MAY 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) Derrick Cranes (typical capacity may range from 10 tons to 200 tons) Pedestal Cranes (typical capacity may range from 10 tons to 200 tons) Individual task orders contemplated for this work may be issued as either as Hybrid Supply-Construction Installation, Design-Build (DB) or Design-Bid-Build (DBB) (supply with construction installation hybrid contracts and construction efforts).� The scope of work may include incidental services such as hazardous material removal, painting, final inspections and testing services, and classification/marking of final product and lifting beam evaluation, repairs, load rating, and load testing.� Task orders under the MATOC will fall under the following magnitudes with 100 % performance and payment bonding required for construction efforts: Between $1,000,000 and $5,000,000 Between $5,000,000 and $10,000,000 Between $10,000,000 and $25,000,000 All work must be performed within USACE guidance and in accordance with local, State and Federal requirements. Performance and payment bonds will be required at the task order level.� Sustainability requirements will be contained in the solicitation and resulting contract.�� The solicitation will follow the Two-Phase Design-Build Selection Procedures as outlined in FAR Subpart 36.3. The resulting multiple award task order contracts will be Fixed Price. Task Orders awarded under this acquisition are subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. ��Solicitation documents for the Request for Proposal No. W912EF21R0012 will be posted to the Beta.sam.gov website on or about April 16, 2021.� The proposal due date will be contained in the solicitation and any solicitation amendments that may be used. � The solicitation is to be competed as Unrestricted.� The small business size standard for NAICS Code 238290, Other Building Equipment Contractors is no more than $16,500,000 in average annual receipts. A site visit will be offered during Phase II of the two-phase selection process. Only one site visit is expected to be offered. Important Note:� The Beta.sam.gov response date listed elsewhere in this synopsis is for the Beta.sam.gov archive purposes only.� It has no relationship to the actual proposal submission date.� The proposal submission date will be contained in the solicitation and any solicitation amendments that are issued. When issued, the solicitation documents for this project will be available via Beta.sam.gov. ��NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to Beta.sam.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the �Add Me To Interested Vendors� button in the listing for this solicitation on Beta.sam.gov. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires a minimum of 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that they were legally admitted into the United States and have authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to hillary.a.morgan@usace.army.mil and karlyn.k.holland@usace.army.mil.� Foreign nationals must have received clearance prior to being granted access to the project site.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/94d246b9be574ab28b239d0a532c372c/view)
 
Record
SN06008454-F 20210522/210521201528 (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 |
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.