Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2020 SAM #6672
SOURCES SOUGHT

W -- Sources Sought - Crane Services IDIQ

Notice Date
3/4/2020 10:59:16 AM
 
Notice Type
Sources Sought
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
US ARMY ENGINEER DISTRICT HUNTINGTO HUNTINGTON WV 25701-5000 USA
 
ZIP Code
25701-5000
 
Solicitation Number
W91237-20-R-SS09
 
Response Due
3/31/2020 8:00:00 AM
 
Archive Date
04/15/2020
 
Point of Contact
Allison Lewis, Phone: 3043995046, Ginny M. Morgan, Phone: 3043995963
 
E-Mail Address
Allison.Lewis@usace.army.mil, ginny.m.morgan@usace.army.mil
(Allison.Lewis@usace.army.mil, ginny.m.morgan@usace.army.mil)
 
Description
This is a Market Research and Sources Sought Notice for information on capability and availability of potential large and small business contractors to perform various crane services in support of the Huntington District and Regional Rivers Repair Fleet (R3F).� This is a SOURCES SOUGHT synopsis and is not a solicitation announcement.� The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified businesses to establish an Indefinite Delivery-Indefinite Quantity (IDIQ), firm-fixed price contract.� This notice neither constitutes a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach.� NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, please do NOT request a copy of a solicitation. �It should not be construed as a commitment by the Government for any purpose.� Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions.� The U.S. Army Corps of Engineers, Huntington District and R3F, anticipates a future need for crane rentals with operators, crane repairs and crane inspection primarily within its Area of Responsibility (AOR), which includes 2,225 miles of the Alleghany, Clinch, Cumberland, Green, Kanawha, Monongahela, Tennessee, and Ohio Rivers on 56 Navigation Locks and Dams, 4 Hydroelectric Power Plants, and 74 Flood Risk Management Dams across the 7 states of Ohio, West Virginia, Kentucky, Virginia, Indiana, Tennessee, and Pennsylvania.� The primary objective of the proposed contract is to perform annual inspections on U.S. Army Corps of Engineers (USACE) owned Load Handling Equipment (LHE), rigging equipment and load testing according to OSHA, ASME and manufacturer requirements/recommendations.� The Contractor shall be capable of identifying and repairing any deficiencies found during inspection to keep LHE and rigging in proper, safe working order.� The Contractor shall be able to supply or acquire LHE and operators for rental purposes in accordance with EM 385, OSHA and ASME.� The Contractor shall maintain the capability to provide quick response for this work. Work requirements shall vary from site to site. The contract(s) would require the contractor to be capable of mobilizing crews to multiple work sites as demonstrated in Attachment 1.� The contractor shall furnish all supervision, labor, supplies, and materials necessary to perform work associated with task orders.� The proposed IDIQ(s) would have a performance period of five years (one (1) year base period with four (4) one year option periods) with an approximate not-to-exceed amount of $5,000,000.00. Typical tasks performed under this contract could include but are not limited to: LHE Inspections Rigging Inspections Load Tests LHE Equipment Repairs LHE Rentals LHE Rentals with Operators � Sources for Small Business concerns are being sought for firms with a North American Industrial Classification System Code (NAICS) of 532412, which has a size standard of $35.0 million in average annual receipts. � Responses are requested with the following information, which shall not exceed a total of 15 pages front and back. 1.� Offeror's name, home office and/or local office assigned to perform work address, points of contact with phone numbers and e-mail addresses. � 2.� Business size/classification to include any designations as Small Business, 8(a), Woman-Owned, HUBZone, or Service Disabled Veteran Owned Business. 3.� Will consolidating these various crane services requirements into a Multiple Award Task Order Contract (MATOC) for a base period and four one year option periods impact your ability to compete for this requirement? 4.� What negative impacts, if any, will your firm experience as a result of the consolidation of these geographical areas? 5.� If the consolidation were limited to performance within the Huntington District boundaries, will that impact your ability to participate in this type of requirement for other Districts (specifically within the Great Lakes and Ohio River Division)? 6.� If the Huntington District established multiple regionally based contracts (divided the performance area within the Huntington District and Regional R3F boundaries into 2 to 4 smaller geographic regions), would that change your ability to participate compared to performance under a MATOC within the entire boundaries of the Huntington District and R3F?�� 7.� Description of capability to perform the proposed services (see typical tasks above) within each region, manage subcontractors.� Any commercial brochures or currently existing marketing material may also be submitted with your response as a separate attachment and will not count against the 15 page limitation. 8.� Past performance/experience on projects of similar scope and magnitude for which the firm acted in the role of prime contractor, describing no more than five (5) projects that are at least within the past five (5) years of the issue date of this Notice. The past performance information should include project title, location, general description of the service to demonstrate relevance to the proposed project, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). 9.� National Accredited Crane License, qualifications for crane operators, crane inspector�s qualifications and repairman qualifications. NO HARDCOPY RESPONSES WILL BE ACCEPTED.� ALL RESPONSES WILL BE ELECTRONIC and submitted to the following email address: Allison.Lewis@usace.army.mil.� The subject line of the email will reference the Market Research number W91237-20-R-SS09 and submittals are due no later than March 31, 2020.� Electronic submittals will be retained for future reference, however, they are to be considered source sensitive and not subject to public disclosure.� A response to this sources sought is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities.� This is not a Request for Quote, only a Request for Information, and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited.� The responses will be reviewed to determine what categories of small business are interested in the procurement and, of those who submit a response, which are capable of performing the above types of work. �����������
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e8b9f7f3c7ab4ae2a01b4250eb18c662/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05579902-F 20200306/200304230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.