SOURCES SOUGHT
39 -- Procurement Of A New Crane
- Notice Date
- 3/10/2015
- Notice Type
- Sources Sought
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
- ZIP Code
- 19107-3390
- Solicitation Number
- CRANE-SOURCES-SOUGHT-2
- Response Due
- 3/20/2015
- Archive Date
- 5/9/2015
- Point of Contact
- Justin Chung, 215-656-6773
- E-Mail Address
-
USACE District, Philadelphia
(justin.chung@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Philadelphia District intends to initiate a sources sought notice to gather market research on the procurement a new floating crane to perform heavy lift work in support of civil works maintenance and repair mission on the inland rivers. This sources sought notice is for INFORMATION PURPOSES ONLY. This is NOT a REQUEST for PROPOSALS, QUOTATIONS, or BIDS. Responses to this request will not be returned. Not responding to this sources sought does not preclude participation in any future and potential solicitation. It is the intent of the Contracting Office to use this information for market research purposes only. The Government WILL NOT pay for the provision of any information, nor will it compensate any respondents for the development of any such information. If a formal solicitation is released, it will be via the Federal Business Opportunities (http:www.fbo.gov). The crane provided will be permanently installed on a barge yet to be constructed. The new barge will have the following dimensions: 300 ft x 68 ft x 12ft. The heavy lift crane to be provided shall have the following features: Kingpost or pedestal mounted 360 degree revolving floating service rating of 367 long tons US (822,080 lbs) or greater at a 60 foot radius 170 foot boom length Capable of performing lift operations in winds up to 20 mph Out of level limits of at least 7 degrees of machine list and 5 degrees of machine trim Maximum crane height of 39 feet above the barge deck, when the crane is in the stowed position 3 ft minimum clearance between the rotating works and the deck of the barge Designed and built in order to be certified in accordance with API 2C 7th edition Crane provided shall undergo independent 3rd party verification of the design American Bureau of Shipping (ABS) design review and ABS certification Meet the requirements for load handling equipment defined in the U.S. Army Corps of Engineers, Publication number EM 385-1-1: quote mark Safety and Health Requirements Manual quote mark. All interested parties responding to this RFI shall provide information on 1.Expected delivery date (months) to the Government of completed crane after receipt of order (ARO) from the Government. 2.Expected date (months) for completion of the engineering design of the kingpost or pedestal and date available to the Government after receipt of order (ARO) from the Government. The Government will require engineering data on the kingpost or pedestal in order to engineer the interface of the kingpost or pedestal into the new barge design. For this sources sought notice, the following NAICS codes are applicable 333120, 333923, and 423830. The size standards are 750, 500, and 100 employees respectively. All interested business concerns for this requirement may submit the following: Company name DUNS number CAGE code Type of business concern Years in business Statement of capability and qualifications of the organization to perform the requirement List of similar projects worked on over the past 5 years and services provided on those projects. Each submission shall not exceed 5 pages total. Failure to comply with this page limit may preclude your response from being evaluated. All offerors who provide goods or services to the Federal Government must be registered in the System for Award Management (SAM) located on the website https://www.sam.gov. Additionally, all Services Disabled/Veterans Owned Business or Veterans Owned Small Business must be registered with the Department of Veterans Affairs Center of Veterans Enterprise Vet Biz Registry located at https://www.vip.vetbiz.gov/. All contractors are required to be registered in the DOD System for Award Management by award (SAM) before award as required by FARS 4.605. Also, firms who receive a federal contract in excess of $25,000.00 are required by legislation to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: http://www.dol.gov/vets/vets-100.html. Questions can be directed to justin.chung@usace.army.mil. This office will not accept any responses to this sources sought notice through telephonic, written, or faxed. All responses must be submitted through electronic mail. All responses shall be received on or before 20 March 2015, 4:00 PM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/CRANE-SOURCES-SOUGHT-2/listing.html)
- Place of Performance
- Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
- Zip Code: 19107-3390
- Zip Code: 19107-3390
- Record
- SN03663113-W 20150312/150310235546-c03a6b44fbe0c1e317cc6710467a77f3 (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 |