Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2020 SAM #6916
SOURCES SOUGHT

38 -- MDC 3230 HAYWARD CRANE PURCHASE

Notice Date
11/3/2020 11:56:02 AM
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-3230MDC
 
Response Due
11/18/2020 1:30:00 PM
 
Archive Date
12/03/2020
 
Point of Contact
Courtney Haynes, Phone: 2156566869, Robert W. Hutcheon, Phone: 2156562291
 
E-Mail Address
courtney.haynes@usace.army.mil, robert.w.hutcheon@usace.army.mil
(courtney.haynes@usace.army.mil, robert.w.hutcheon@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, Philadelphia District intends to initiate a sources sought notice to gather market research to identify resources available to provide a telescopic crane for installation on the Drift Collection Vessel HAYWARD. This sources sought notice 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 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 beta.sam.gov. The New York District of the Corps of Engineers intends to procure one (1) telescopic crane to replace the existing crane on the DCV HAYWARD servicing the New York Harbor. �Its mission will be to collect debris and other drift from the New York Harbor. The new telescopic crane shall be built in accordance with API 2C 7th edition, ABS Guide for Lifting Appliances, and EM385-1-1.� The new telescopic crane shall also be ABS classed. The crane shall have the following characteristics: -Operating Parameters: Grapple rip rap operation, Snagging Operations, Heavy lifting, Personnel handling, Clam Shell Dredging -Maximum 12ft tail swing -Maximum retracted boom length of 35ft -40,000 lbs at 15ft radius with 5 degree machine list -6,000 lbs at 80ft radius with 5 degree machine list -6,000 lbs at any radius using auxiliary hoist -Capability to operate a 5/8 yard clamshell -Unpowered Tagline -Powered by a diesel driven hydraulic power unit -Compatible with environmentally acceptable lubricants (EALs) The Contractor shall be responsible for constructing, factory testing, and delivery of the crane to a TBD shipyard in the North East.� For this sources sought notice, the following NAICS codes are applicable 333923, 336611 All interested business concerns for this requirement may submit the following: Company name DUNS number CAGE code Type of business concern Years in business Statement of capability and qualifications of the organization to perform the requirement List of similar projects worked on over the past 5 years and services provided on those projects. Each submission shall not exceed 5 pages total. Failure to comply with this page limit may preclude your response from being evaluated. 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. 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 https://www.vip.vetbiz.gov/. Questions can be directed to courtney.haynes@usace.army.mil. This office will not accept any responses to this sources sought notice through telephonic, written, or faxed. All responses must be submitted through electronic mail. ***Questions must be submitted by November 13, 2020 before 1200 PM EST to Courtney.Haynes@usace.army.mil and Robert.W.Hutcheon@usace.army.mil.� Questions will be answered at least three (3) business days through a notice amendment. *** ***All Proposals shall be submitted via email to Courtney.Haynes@usace.army.mil and Robert.W.Hutcheon@usace.army.mil �NLT 1630 EST November 18, 2020. *** Contracting Office Address: USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390 Place of Performance: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia, PA 19107-3390 US Point of Contact(s): Courtney Haynes, courtney.haynes@usace.army.mil Warning: The official media for distribution of this Source Sought Notice is Contract Opportunities website, beta.SAM.gov.� It is the responsibility of the interested vendor(s) to register in Beta.Sam.gov and monitor the notice for any changes.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a2711bd2e98f4b5c93c581257b7d9905/view)
 
Place of Performance
Address: Philadelphia, PA 19107, USA
Zip Code: 19107
Country: USA
 
Record
SN05845204-F 20201105/201103230144 (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.