Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 19, 2022 SAM #7567
SOURCES SOUGHT

99 -- Load Handling Equipment Inspection

Notice Date
8/17/2022 7:02:48 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W07V ENDIST ST PAUL SAINT PAUL MN 55101-1678 USA
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES22SS0011
 
Response Due
8/29/2022 2:30:00 PM
 
Point of Contact
Roberta Just, Gwendolyn Davis
 
E-Mail Address
roberta.l.just@usace.army.mil, gwendolyn.k.davis@usace.army.mil
(roberta.l.just@usace.army.mil, gwendolyn.k.davis@usace.army.mil)
 
Description
USACE St. Paul District LHE Inspection THIS SYNOPSIS IS FOR PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION FOR PROPOSALS. Any information submitted by respondents to this Sources Sought Notice is strictly voluntary.� The Government will not pay for any information that is submitted by respondents to this Sources Sought Notice.� This is a Sources Sought to determine the capability and availability of commercial sources to enter into a Blanket Purchase Agreement (BPA) for load handling equipment inspection. St. Paul District anticipates procuring multiple BPAs for performance of a range of services associated with Load Handling Equipment that will fall into one of the following categories: Load Handling Equipment Inspection and Certification, and Wire Rope Analysis/Inspection. Due to the possibility of emergency inspections and repairs, contractors must have the resources necessary to respond to emergency work within 24 Hours. Each project will be competitively procured. When establishing these BPAs, the Government will consider price; socio-economic status; past performance, where past performance exists; and technical capabilities. BPAs will be evaluated annually and may remain in place for up to five (5) years. Annual review of BPAs will be performed to determine whether the Government is receiving fair and reasonable pricing, which may result in either continuing the BPA or early termination. Early termination may result if the Government no longer has a requirement for the general services provided by the Contractor. Based on the responses received, multiple BPAs may be awarded. The submission should clearly state which capabilities (all or some) can be provided. Firms submitting responses should indicate whether they are large or small business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman Owned Small Business, or HUBZone. The NAICS code is 811310 with a small business size standard of $11 million. Any interested firm capable of providing these services is requested to respond VIA EMAIL to Roberta.l.just@usace.army.mil by 4:30 pm CST on 29 August 2022. Please direct any questions on this announcement to Ms. Just by email. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. This notice is not considered to be a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. The Government reserves the right to consider any business arrangement as deemed appropriate for this procurement. The issuance of solicitation is anticipated on or about the November 15, 2021. General Statement of Work The work and services covered by this agreement shall consist of furnishing all Certified Inspectors, materials, supplies, practical testing equipment, supervisions, and incidentals necessary to provide services associated with inspecting and certifying Load Handling Equipment (LHE), for the Corps of Engineers, St. Paul District Area of Responsibility, which includes but is not limited to the following project sites: Fountain City Service Base � Fountain City, WI Upper Saint Anthony Falls � Minneapolis, MN Lower Saint Anthony Falls � Minneapolis, MN Lock and Dam 1 � Minneapolis, MN Lock and Dam 2 � Hastings, MN Lock and Dam 3 � Welch, MN Lock and Dam 4 � Alma, WI Lock and Dam 5 � Minnesota City, MN Lock and Dam 5A � Fountain City, WI Lock and Dam 6 � Trempealeau, WI Lock and Dam 7 � La Crescent, MN Lock and Dam 8 � Genoa, WI Lock and Dam 9 � Eastman, WI Lock and Dam 10 � Guttenberg, IA BlackHawk Park � DeSoto, WI Cross Lake � Crosslake, MN Eau Galle Recreation Area � Spring Valley, WI Gull Lake � Brainerd, MN Homme Lake � Valley City, ND Lac Qui Parle Lake � Watson, MN Lake Ashtabula / Baldhill Dam � Valley City, ND Lake Traverse � Wheaton, MN Lake Winnibigoshish � Grand Rapids, MN Leech Lake � Federal Dam, MN Orwell Lake � Fergus Falls, MN Pokegema Recreation Area � Grand Rapids, MN Sandy Lake � McGregor, MN Dredge Goetz � Operating locations from Mississippi River mile 795 (near Red Wing, MN) to Mississippi River mile 194 (near Granite City, IL) Typical service include, but are not limited to: Provide Inspection and Certification of Load Handling Equipment (LHE) IAW OSHA, ASME, and EM 385-1-1 Wire Rope Analysis / Inspection Typical Load Handling Equipment includes but is not limited to Lattice Boom Crawler Cranes, Mobile Hydraulic Telescopic Boom Cranes, Pedestal Mount, Rail cranes, Powered Industrial Trucks Telehandlers, Skid Loaders, Earth moving equipment, overhead cranes, Aerial Lifts such as Scissors lift, Telescopic boom lift and articulating boom lift, davit cranes, portable gantry cranes. Required Personnel: The contractor shall have the capabilities of supplying Certified Inspectors in accordance with OSHA, ASME, and EM 385-1-1 required for performance of work as specified at multiple contract areas simultaneously. Required Equipment Materials: The contractor shall have the capabilities of supplying all equipment, supplies, and materials needed to Perform Inspections of Load Handling equipment of the above listed equipment: SUBMISSION 1. Instructions to Interested Parties: If your business organization has the potential capacity to perform these general services and is interested in being considered for inclusion in this BPA Suite, please respond and submit the following information indicating any or all capabilities. a. Capability of providing Qualified Personnel to provide for inspection, performance testing, and certification of Load Handling Equipment in accordance with the applicable sections of OSHA 1910, 1926, ASME B30, and EM 381-1-1. b. Sample Annual Inspection Services to be provided for Class I Cranes to include items/systems to be inspected and functionality test to be performed to ensure complete inspection and annual certification. c. Identification of all Load Handling Equipment in which your company can provide inspection and certification for. Any limitations should be identified. d. Capability to provide any or all of the following services: i. Wire Rope Analysis / Inspection 2. Please provide business information in the following format: Business name: Point of Contact: (Name / Phone /Email) Address: Business Size (Large/Small/8(A)) Cage Code: �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b952a9e25f1b4bd9849a33d5156431a0/view)
 
Place of Performance
Address: Saint Paul, MN 55101, USA
Zip Code: 55101
Country: USA
 
Record
SN06431631-F 20220819/220817230134 (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.