SOLICITATION NOTICE
Y -- Crane (MATOC)
- Notice Date
- 5/4/2020 7:55:32 AM
- Notice Type
- Presolicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV19R0036
- Response Due
- 5/18/2020 12:00:00 PM
- Archive Date
- 06/02/2020
- Point of Contact
- Shawn Brady, Phone: 9186697670, Julie S. Hill, Phone: 9186697699
- E-Mail Address
-
shawn.brady@usace.army.mil, julie.s.hill@usace.army.mil
(shawn.brady@usace.army.mil, julie.s.hill@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1. Action Code: This is a Pre-Solicitation notice. 2. Date: 4 May 2020 3. Contracting Office Address: ����������� USACE CEST-CT-E ����������� 2488 E. 81st Street ����������� Tulsa, Oklahoma 74137-4290 4. Classification Code: Y � Construction of Structures and Facilities 5. Subject Title: Crane (MATOC) 6. Solicitation Number: W912BV20R0016 7. Contact(s) Points: Name�������������� Shawn Brady��������������������������������������������������� Rudolfo J. Morales Jr. Phone�������������� 918-669-7670��������������������������������������������������� 918-669-7275 Email�������������� shawn.brady@usace.army.mil�� ����������� ����������� rudolfo.morales@usace.army.mil 8. Important: This notice does not constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to provide the pre-solicitation notice required by FAR 5.2- Synopsis of Proposed Contract Actions in preparation for release of the Request for Proposal (RFP) at a later date. 9. Description: The RFP for Phase 1 of this two (2) phase project is expected to be issued on or about the end of February 2020. The Proposal due date is planned, on or about, March 2020. The North American Industry Code Standard (NAICS) is 333923� Definition: Overhead Traveling Crane, Hoist, and Monorail System, and the size standard is 500. The planned procurement method is contracting by negotiation. The solicitation utilizes source selection procedures, which require Offerors to submit, in Phase 1 a non-price proposal that includes Specialized Experience, Past Performance, and an Organization and Technical Approach. Phase 2 will be issued only to the most highly qualified proposals selected by Source Selection Authority based on the rating received in Phase 1.� The resulting contract is planned to be a firm-fixed price (FFP) contract for the work described in the Statement of Work which will be provided with the solicitation.� � This is a two-phase competitive bid solicitation for a firm, fixed-price contract. It will be awarded using the Best Value Trade-Off process.� The Government intends to award up to five (5) firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order (MATOC) contracts to responsible Offerors whose proposal the Source Selection Authority determines conform to the solicitation, is fair and reasonable. 10. Place of Contract Performance: The preponderance of the work to be placed under this contract is expected to be performed at various Hydropower and Civil Works projects within SWD and SWPA 6 boundaries for Tulsa, Kansas City, Vicksburg, and St Louis District customers within Kansas, Arkansas, Missouri, Mississippi, Oklahoma, and Texas. 11. Set Aside Status: This is a 100% set-aside for Small Business. 12. Additional Details: THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY. NO HARD COPIES WILL BE PROVIDED. Offerors can view and/or download the RFP and attachments at https://www.fbo.gov (FBO) when the RFP is posted. Interested parties can register under the Interested Vendors List at FBO. This will be the only method of amendment distribution; therefore, it is the OFFERORS� RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective Offerors MUST register themselves on the website. Prospective Offerors must also be registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM in order to participate in this procurement. 13.� �Disclosure of the Magnitude of Construction Projects� In Accordance with FAR 36-204 and DFARS 236.204, the Construction Cost magnitude for this project is more than $10,000,000.00 which includes all design, non-design, and construction cost for the total contract award. Offerors are under no obligation to approach the maximum cost magnitude given above. 14. Period of Performance (POP):� The POP for this IDIQ will be 3 years and 2 option years from date of award. 15. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d669fef33777419081ccb34838df2268/view)
- Record
- SN05644353-F 20200506/200504230150 (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 |