SOURCES SOUGHT
W -- 6 month rental of floating crane.
- Notice Date
- 5/2/2016
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR-16-T-FloatingCraneRental
- Archive Date
- 5/28/2016
- Point of Contact
- Chase T. Willson, Phone: 5023153819
- E-Mail Address
-
Chase.T.Willson@usace.army.mil
(Chase.T.Willson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is for the rental of a floating crane and shall be provided as below from 27 June 2016 for 6 months. Rental period shall not begin before the required delivery date or before the crane has been accepted for use. a. Floating crane capable of setting a 20,000 lbs. load at a 50' radius from a 50' nominal width barge. Crane shall be located to one end of the barge for lifts over the stern. Load will be 33' tall with rigging included x 16'‐6" wide x 7' deep. Crane will also lift miscellaneous loads in preparing the lock for operation that will vary up to 7000 lbs. at a 75' radius from a 50' nominal width barge. Smaller barges in both width and length are acceptable if all stability requirements are met and preferred for maneuverability around the site. Crane shall be able to traverse from ORM 939 to 963 during river gages of 25' and less at Paducah without disassembly to require a load test. Crane shall be also capable of performing limited clamshell digging and have both a smooth clamshell bucket and one with teeth onboard. b. Floating crane barge shall have at least two spuds and be capable of spudding down in water of 35' or less in depth in open river conditions. c. Operator and oiler if required shall be onsite for 8 hrs. per day throughout the weekdays of the rental period. Operator shall be responsible for securing the equipment for the weekends when not on‐site. d. Night shift operator shall be available within two days notice provided by the lockmaster. e. Expected Overtime of 50 hours per month shall be provided for in the base bid cost. Additional overtime shall be billed at an hourly rate. f. Fuel for equipment shall be supplied by the contractor, USACE vessel is available for transporting USCG approved fuel tank from the land to the floating crane for fueling. Contractor is responsible for completing fueling operation. g. Delivery shall be to Locks and Dam 52 at Ohio River Mile 939, Right Descending Bank. 1153 W 3rd Street, Brookport, IL 62910. Contact Lockmaster Luther Helland on Channel 13, or by phone at 618‐564‐2842. Pickup may be at Lock 52 or Lock 53 at Ohio River Mile 963. h. Tasks - The following series of tasks are considered the typical duties that the rental crane will be used to perform. These tasks are representative of, but not all inclusive of the tasks performed under this contract. i. Dressing and undressing the lock walls - Rental crane will lift all of the lock operation components off of the staging area at the lock wall. These components include but are not limited to portable lock operations buildings, hydraulic control valves, handrails, signage, lighting, and sanitary facilities. The crane will be pushed around the lock by the lock staff and used to set the equipment where it is needed to operate the lock. When the lock is undressed the procedure will be reversed. Crane will have deck space available to store this equipment. j. Supporting Wicket Replacement Operations - Rental crane will be spudded down in front of the dam to support replacement of wickets in the dam by lock staff. k. Miscellaneous clamshell cleaning - Crane will be outfitted with the clamshell bucket for clearing material around areas such as gate recesses, gate sills, harbor areas, and wicket sills. l. Support of miscellaneous equipment repairs - Rental crane will be moved alongside the floating or land equipment at the lock and be used to lift lock or floating plant componentry for replacement. m. Mooring alongside - Barge may be spudded down and used as mooring support for other components of the Lock 52/53 fleet for temporary mooring. Contract duration is estimated at 180 days. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email 13 May 2016 by 10:00 AM Eastern. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's DUNs Number(s) and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Rental of crane, operator and oiler. b. Projects similar in size to this project include: 6 month rental of cranes, including use of operator and oiler. c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar value of the construction contract and whether it was design-bid build or design-build. 5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6. Identify the number of subcontractors by construction trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Chase Willson at chase.t.willson@usace.army.mil. If you have questions please contact Chase Willson at chase.t.willson@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-16-T-FloatingCraneRental/listing.html)
- Record
- SN04102670-W 20160504/160502234922-925cae4e9df4111323634250cfd81142 (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 |