SOURCES SOUGHT
J -- CTCRANE MAINTENANCE SERVICES PART 2
- Notice Date
- 2/13/2018
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Chicago, 231 South LaSalle Street, Suite 1500, Chicago, Illinois, 60604, United States
- ZIP Code
- 60604
- Solicitation Number
- W912P6-18-S-0007
- Point of Contact
- Anita R. Simpkins, Phone: 3128465370, Regina G. Blair, Phone: 312-846-5371
- E-Mail Address
-
anita.r.simpkins@usace.army.mil, regina.g.blair@usace.army.mil
(anita.r.simpkins@usace.army.mil, regina.g.blair@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This notice serves as the Market Survey/Sources Sought Notice #2, wherein the original notice was posted on February 2, 2018. This follow-on notice is intended to obtain further market research relative to the services described hereunder. This Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issuance of a RFP; nor does it commit the government to contract for any supply or service whatsoever. SCOPE OF SERVICES: The Contractor will be required to service 2 Chicago District-USACE owned CRANES, which are: 1) Manitowoc 3900W crane, S/N 395098 and 2) Manitowoc M-80W crane, S/N 810865. The specific work includes, but not limited to: Annual crane inspections; repair services; parts lists; maintenance and repair procedures; maintenance and repair assistance and oversight; inspection and service reports; and supply of original equipment manufacturer or equivalent parts. The contractor will also be responsible for providing qualified service personnel, tools, and required parts for maintenance and inspection services as necessary. Maintenance and repair calls will need to be provided on scheduled and possibly emergency basis. The work performed must be in compliance with the crane manufacturer's requirements as detailed in the service manuals for each crane, manufacturer specific training classes, and/or as noted in service bulletins. PLANNED CONTRACT TYPE: The planned contract type is a firm-fixed price Indefinite Delivery, Indefinite Quantity (IDIQ) contract, wherein Task Orders would be placed to order the actual services required when needed. The planned performance period is a base period of 1 year with 2 option years, renewable at the government's discretion. REQUESTED INFORMATION: This Agency requests that interested contractors complete the following questions to assist the government in its efforts. 1. Company's business name, address, point of contact, phone number, and e-mail address. 2. Does your company have the credentials, certifications, and or licenses necessary to perform the aforementioned services to the types of cranes identified above? 3. Does your company have the ability to respond to emergency services within a 48 hour period should a breakdown occur? Once contacted, how quickly could your firm respond to an emergency (e.g. urgent inspection as a result of an equipment break-down/or an urgent repair needed)? 4. In consideration of NAICS code 811310 with a small business size standard in dollars of $7.5M, which of the following small business categories does your business fit, if any? Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. SUBMISSION OF RESPONSES: Respondents interested in providing a response to this Notice shall provide their responses to Anita R. Simpkins prior to 5p.m. (CDT) on February 19, 2018, via email to: Anita.r.simpkins@usace.army.mil (ensure that the number & title of the Sources Sought Notice of "W912P6-18-S-0007, CRANE MAINTENANCE SERVICES" is included in the subject line of your email). Any electronic files (EMAIL) CANNOT EXCEED this Agency's size limit of 20MB (includes email and its attachment); files exceeding this size will be denied access to Ms. Simpkins' email inbox.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA23/W912P6-18-S-0007/listing.html)
- Place of Performance
- Address: Chicago, Illinois, 60604, United States
- Zip Code: 60604
- Zip Code: 60604
- Record
- SN04821843-W 20180215/180213231803-7d135256148fd71a3228a9eb99849515 (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 |