SOURCES SOUGHT
20 -- Dredge ESSAYONS - Fixed Marine Stores Cranes
- Notice Date
- 12/8/2016
- Notice Type
- Sources Sought
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-17-ESSAYONS_cranes
- Archive Date
- 1/7/2017
- Point of Contact
- Bruce E Hayes, Phone: 2156566771, Linda M. Dobbs, Phone: 2156566923
- E-Mail Address
-
Bruce.E.Hayes@usace.army.mil, linda.m.dobbs@usace.army.mil
(Bruce.E.Hayes@usace.army.mil, linda.m.dobbs@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. Action Code: Sources Sought 2. FSC Code: 2090 3. Subject: Fixed Marine Stores Cranes 4. Solicitation No.: TBD 5. Set-aside code: N/A 6. Response date: 23 December 2016 7. Place of performance: At Contractor's Facility 8. Description: ***This is a Sources Sought Notice and should not be construed as a solicitation announcement. This is a market survey for written information only*** This is a Sources Sought Notice and 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 survey is being conducted to determine the interest of industry within NAICS code #333923, and establish that there are adequate Large and/or Small Business (HUBZONE 8(a) or Service Disabled Veteran Owned Small Business) contractors for providing a lattice boom crawler crane. 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 Army Corps of Engineers Marine Design Center intends to procure (2) two fixed marine stores cranes for the Portland District. This procurement is to replace the two aging marine stores cranes on board the Dredge ESSAYONS. The Government is issuing this Request for Information (RFI) to identify the resources available and interested parties to engineer, design, and build (2) two fixed length boom marine stores cranes to install, on the Dredge ESSAYONS. This Sources Sought is limited to the supplying of the two (2) cranes. Modification to the Dredge ESAAYONS and installation of the cranes will be performed by a separate shipyard contractor. Both fixed marine stores cranes (one port and one starboard) shall have the following features: • Fixed length boom • 35 ft. boom length • Minimum Rated Capacity @ 35 ft.: 2 tons (4000 lbs.) • Main Hook Travel: From full height to 85' below the boom tip • API-2C certified o Rated for 3 degrees side-lead angle and 5 degree off-lead angle • Cranes meet ABS requirements • Bolted connection to vessel • Maximum ambient temperature, 120°F • Minimum ambient temperature, -15°F • LMI, regular, non-digital (Min required by API) • Anti- two block (Min required by API) • New HPU's required: o Alarms and shutdowns required • Self- contained crane o HPU located in crane o Local controls on crane • Electric: 480 VAC ships power • Local list and trim indicators mounted on crane (One transverse and one longitudinal) o Simple, non-electrical o 10 degree maximum reading o Red, yellow and green paint marks to indicate safe list and trim ranges (Ex: red @ 5 degrees list) • Rotation: 360° turning radius (Continuous) • Load chart (metal) permanently fixed to crane • Single part line with headache ball • Controls: o Local Located on crane o Direct Lever o Water-proof controls enclosure • Boom lights located at end of boom shining down (desirable) • Boom angle indicator located on boom o Simple non-electrical type ANTICIPATED PERIOD OF PERFORMANCE The duration of the contract period of performance is anticipated to be for 6 months, with an anticipated start date of April 2017. Delivery of both cranes must be completed within the contract period of performance. Requirements for the response below: All interested business concerns for this requirement shall provide the following information when responding to this RFI: 1. Company name 2. DUNS number & CAGE Code 3. Type of business concern large business or small business (please identify type of small business) 4. Years in business 5. Acknowledgement of ability to bond the value of the crane 6. Statement of capability and qualifications of the organization to perform the requirement 7. List of similar projects worked on over the past ten (10) years and services provided on those projects. 8. Datasheet and floating service load chart with the machine list and trim limits identified for the crane(s) that would be offered to meet this requirement. 9. Narrative explaining whether the Offeror would meet the requirements with a crane that is based on a currently available product line platform (i.e. previously manufactured and placed in service). If the Offeror can meet the requirement, but requires significant engineering and/or modifications, the Offeror shall identify that as well. **The North American Classification System (NAICS) codes for this acquisition is #333923** ** EACH SUBMISSION SHOULD NOT EXCEED 10 PAGES TOTAL** Notice to potential contractors: 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/portal/publi/SAM/#1. 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 http://vip.vetbiz.gov. Responses should be submitted electronically via e-mail to: Linda M. Dobbs Contracting Officer Linda.M.Dobbs@usace.army.mil And Bruce E. Hayes Contract Specialist Bruce.E.Hayes@usace.army.mil ***All responses shall be received on or before 23 December 2016, 3:00 PM EST*** THIS IS NOT A REQUEST FOR QUOTATIONS. NO SOLICITATION IS CURRENTLY AVAILABLE. THIS ANOUNCEMENT IS FOR MARKET RESEARCH ONLY. Contracting Office Address: Wanamaker Building 100 Penn Square East Philadelphia PA. 19107-3390 United States Primary Point of Contact: Bruce Hayes Contract Specialist bruce.e.hayes@usace.army.mil Phone: 215-656-6771 Secondary Point of Contact: Linda M. Dobbs, Contracting Officer linda.m.dobbs@usace.army.mil Phone: 215-656-6923
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-ESSAYONS_cranes/listing.html)
- Place of Performance
- Address: At Contractor's Facility, United States
- Record
- SN04346897-W 20161210/161208234327-3a3dc2a1e5854d9a65bb7d690ababadf (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 |