Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2018 FBO #5962
SOURCES SOUGHT

Y -- Construction Services for Elevator Replacement at the Cape Cod Canal Railroad Bridge Bourne Massachusetts

Notice Date
3/19/2018
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ18X0021
 
Archive Date
4/24/2018
 
Point of Contact
Alysha MacDonald, Phone: 9783188715
 
E-Mail Address
Alysha.MacDonald@usace.army.mil
(Alysha.MacDonald@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement for the Replacement of the Elevators at the Cape Cod Canal Railroad Bridge in Bourne, Massachusetts. This announcement is to determine interest, availability and capability of HUBZone, Service-Disabled Veteran-Owned, Women-Owned and Small Business concerns for this project. The NAICS code for this procurement is 238290. The project is planned to be issued in or about May 2018. The project is expected to take approximately one year to remove the existing elevators, and replace them. The estimated construction cost is between $1,000,000 and $5,000,000.00. The Cape Cod Canal Railroad Bridge was constructed in 1935 spanning the Cape Cod Canal. The 544 foot bridge is a vertical lift type with its normal position with the railroad in the raised position 135 feet above the canal to allow marine traffic to pass. The span is supported by two 270 foot towers. Most rail traffic occurs outside of normal construction hours. Each tower has a rack and pinion service elevator to ease access. This project will require the removal and replacement of two (2) complete rack and pinion service elevators including new electrical systems and controls, a potential option to replace the existing shaft enclosure and an option to provide an additional stop including catwalk/landing construction for a total of 4 stops in the North Tower and 3 stops in the South Tower. The clear space for the elevators is 3'0" by 4' 6" with an additional foot available on the long dimension for the mast. Total vertical lift will be 181 feet. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, small business, etc.), a proof of bonding as well as what type of equipment would be utilized for this project. Additionally, firms must demonstrate their project experience within the last five years. Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications, which will be used to support the offeror's effort. Subcontractor's experience must also have been performed within the last five (5) years. Additionally, firms must demonstrate their project experience, within the last five years in the following work experience: 1. The prime contractor or subcontractor responsible for the elevator must show at least one prior project that involved installing exterior elevators in an environment subject to high winds and adjacent to marine traffic and 2. The prime contractor or his subcontractor has at least one maintenance facility- including warehousing of the parts relevant to the elevators called for in the specification- in Massachusetts, Rhode Island, Connecticut, New York, Maine, Vermont or New Hampshire. Alternately, bidder must provide a written plan to show how it will timely respond to the emergency and maintenance repair within 4 hours of a call 24 hours a day,7 days a week. Contractors may submit feedback on feasible response times and any warranty requirements. The Government anticipates including a Definitive Responsibility Criteria (DRC) in the solicitation and contract resulting from this market research. After bid opening but prior to award, the apparent low bidder will be required to furnish documentation as follows: 3. The prime contractor or subcontractor responsible for the elevator must show at least one prior project that involved installing exterior elevators in a environment subject to high winds and adjacent to marine traffic and 4. The prime contractor or his subcontractor has at least one maintenance facility- including warehousing of the parts relevant to the elevators called for in the specification- in Massachusetts, Rhode Island, Connecticut, New York, Maine, Vermont or New Hampshire. Alternately, bidder must provide a written plan to show how it will timely respond to the emergency and maintenance repair within 4 hours of a call 24 hours a day,7 days a week. Contractors may provide feedback as to the reasonableness of these DRC warranty and service requirements. Responses are limited to twenty pages. Responses are due by April 9th, 2018. Responses should be sent to Alysha MacDonald at Alysha.MacDonald@usace.army.mil. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ18X0021/listing.html)
 
Place of Performance
Address: US Army Engineer District, New England, Bourne, Massachusetts, 02532, United States
Zip Code: 02532
 
Record
SN04859292-W 20180321/180319231312-b2790863081571b3d50303bd09ad4a10 (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 |
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.