Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 11, 2023 SAM #7715
SOURCES SOUGHT

Y -- LRN Crane MATOC

Notice Date
1/9/2023 2:28:06 PM
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
US ARMY ENGINEER DISTRICT NASHVILLE NASHVILLE TN 37203-1070 USA
 
ZIP Code
37203-1070
 
Solicitation Number
W912P523R0004
 
Response Due
1/23/2023 8:00:00 AM
 
Point of Contact
Cierra R. Vega, Phone: 6157367976, James W. Purcell, Phone: 6157367674
 
E-Mail Address
cierra.r.vega@usace.army.mil, James.W.Purcell@usace.army.mil
(cierra.r.vega@usace.army.mil, James.W.Purcell@usace.army.mil)
 
Description
LRN Crane MATOC Sources Sought The US Army Corps of Engineers, Nashville District is seeking interested offerors for a construction project entitled: Nashville District Crane Multiple Award Task Order Contract (MATOC). This will be a firm-fixed-price Multiple Award Task Order Contract. Construction magnitude is estimated between $25,000,000 and $100,000,000, and 100% performance and payment bonds will be required. The North American Industry Classification System (NAICS) code for this project is 333923 Overhead Traveling Crane, Hoist and Monorail Systems Manufacturing.� This sources-sought announcement is a tool to identify businesses with the interest in and capability to accomplish the work. �Please respond only if you intend to propose on this project when it is solicited in the future. This is not a solicitation. � � This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to perform the work through a potential Multiple Award Task Order Contract. Interested contractors, including large and small business-led teams, are hereby invited to submit a response to the synopsis to demonstrate their technical, managerial, and business capability provide the requested scope. THIS SOURCES SOUGHT SYNOPSIS DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. All interested, capable, qualified, and responsive contractors are encouraged to reply to this market survey request. Summary of Scope of Work: The general scope of work will be for the rehabilitation of existing and construction of new cranes and hoist equipment at federal facilities. Project locations are within the Nashville District Area of Responsibility. The equipment will include but is not limited to the following: ��� �Overhead Bridge Cranes (typical capacity may range from 15 tons to 600 tons) ��� �Gantry Cranes (typical capacity may range from 15 tons to 480 tons) ��� �Underhung Monorail Cranes (typical capacity may range from 5 tons to 15 tons) ��� �Below-the-hook lifting devices ��� �Base/wall mounted jib hoists/booms The scope of work may include incidental services such as hazardous material removal (to include possible abatement (asbestos and lead paint)), painting, final inspections, testing services, classification/marking of final product, lifting beam analysis, and load testing. Task orders under the MATOC will fall under the following magnitudes with 100 % performance and payment bonding required for construction efforts: Between $1,000,000 and $5,000,000 Between $5,000,000 and $10,000,000 Between $10,000,000 and $25,000,000 All work must be performed within USACE guidance and in accordance with local, State and Federal requirements. Submissions: Capabilities package/response submittal must be received no later than Monday, 23 January 2023 at 10:00 AM Central Time. �Any information submitted is voluntary. 1.�� �Interested firms having the capabilities necessary to meet or exceed all aspects of NAICS Code 333923, size standard of 1,250 employees and that can support the above scope of work should submit a capabilities package.� 2.�� �A cover letter provided for the capabilities package should include: a.�� �Name and address of the company. b.�� �Company�s business size status (i.e. OTSB, SB, SDB. WOSB, VOSB, SDVOSB, HUBZone, 8(a)). c.�� �A point of contact to include phone number and email address. �In addition, please provide affiliate information: Parent company, joint venture partners, and potential teaming partners. 3.�� �Interested contractors should submit a list of all NAICS codes your firm is registered under. Provide at least three (3) project examples that were completed within the last ten (10) years which demonstrate the above scope of work. �Submission of project examples on the larger capacity equipment is preferred, showing broadest scope capabilities. Each project example should contain the following: a.�� �Contract number, organization/agency supported, contract value, list/scope of work, whether your firm was the prime contractor or subcontractor, percentage of work performed by your firm, and NAICS code associated with the project. b.�� �If documentation does not demonstrate all the crane types above, indicated if the company has experience with all the crane types, and if the company does not feel comfortable with designing or building any of the crane types, please indicate. � c.�� �A brief description/narrative of how the project example relates to the services described herein. 4.�� �In addition to the above, the Government requests comments from interested parties to the following questions: a.�� �Is your firm able to perform both rehabilitation and crane installation? b.�� �Would your firm be interested in submitting a proposal considering the anticipated scope of services? If not, why? c.�� �Would your firm be interested and capable of performing services for projects located within the entire Nashville District area of responsibility (see the website for Nashville District AoR Nashville District > Missions > Regulatory > District Boundaries (army.mil))? If not, which states is your firm not interested in? d.�� �Would your firm be interested, have the equipment, capacity, and capability to service other districts if this MATOC were to be opened for regional use? Particular to Nashville District Area of Responsibility, Pittsburgh District Area of Responsibility, Louisville District Area of Responsibility and Huntington District Area of Responsibility?� e.�� �What is your firm�s Project bonding capacity? Aggregate bonding capacity? f.�� �What is the minimum and maximum dollar value project which your firm would routinely consider submitting a proposal for? g.�� �What do you consider are the most critical criteria that would distinguish one company�s capabilities from/over another? Explain. h.�� �How many task orders/projects does your firm routinely perform and manage concurrently? Does your firm have the capability to do both crane repairs and replacements for the types of cranes and tonnage listed in the Summary of Scope of Work above? i.�� �Will your firm submit a proposal if abatement (to include asbestos and lead paint) is incorporated into this project�s solicitation? j.�� �Does your firm have any other comments or suggestions that you would like to share with the Government? �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a3054b1121a3419c9ff04cd168e9c3ec/view)
 
Place of Performance
Address: Nashville, TN 37203, USA
Zip Code: 37203
Country: USA
 
Record
SN06559834-F 20230111/230109230107 (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.