SPECIAL NOTICE
Z -- North Western Division (NWD) Crane MATOC Industry Day and One-on-One Sessions Announcement
- Notice Date
- 12/19/2024 4:18:48 PM
- Notice Type
- Special Notice
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF25RSN01
- Response Due
- 2/4/2025 1:00:00 PM
- Archive Date
- 02/19/2025
- Point of Contact
- Chandra D. Crow, Phone: 5095277202, Cynthia Jacobsen, Phone: 5095277203, Fax: 5095277802
- E-Mail Address
-
chandra.d.crow@usace.army.mil, cynthia.h.jacobsen@usace.army.mil
(chandra.d.crow@usace.army.mil, cynthia.h.jacobsen@usace.army.mil)
- Description
- North Western Division (NWD) Crane MATOC Industry Day and One-on-One Sessions Announcement Registration and General Information USACE Walla Walla District is developing an acquisition tool that�s specific to crane, hoist and lifting devices construction, rehabilitation, and replacement throughout the various operation project sites within NWD�s area of responsibility. This acquisition plan is for award of one unrestricted, $499M MATOC with a three (3) year base period and a two (2) year option period, which will allow Northwestern Division to strategically award efficient and effective task order contracts for the work listed. Acquisitions will be Firm Fixed Price (FFP) with supply elements per FAR 36.101. This MATOC is projected to have a target of five (5) awardees. The Northwestern Division currently has an IDIQ in place specific to cranes for the operations projects, the capacity of which has been mostly used. Please see the following pages for a list of questions and desired information the Government would like to learn about your firm in regard to this project. This information is intended to provide you awareness of what the Government would like to learn but you are encouraged to share more if you believe it will help the Government in developing the solicitation package. The Government will provide a virtual briefing to share information about the project and to provide information about Project Labor Agreements. The virtual briefing will begin at 9:00 AM PST on Tuesday February 11, 2025, followed by an open forum question and answer session. Following this briefing, one-on-one sessions will be conducted virtually. Each company will be allotted one (1) hour for the one-on-one session. Please limit the number of company representatives to no more than three (3) attendees to facilitate effective one-on-one dialogue. The purpose of the one-on-one session is to answer questions and allow the government to obtain specific feedback from your company�s representative. Marketing/capability briefings are not authorized during the one-on-one session. The multi-functional team within the Walla Walla District will be conducting one-on-one sessions February 11 & 12, 2025, in order to share information on the government�s requirements and preliminary acquisition strategy, as well as to obtain industry feedback. For our planning purposes, you are requested to provide the following information if you are interested in participating in the open forum and/or the one-on-one session: Name of Company Name of each individual attending, his or her contact number and e-mail addresses Specify if attending open forum and/or requesting a one-on-one session Please provide the above information to Chandra.d.crow@usace.army.mil and Cynthia.h.jacobsen@usace.army.mil no later than Tuesday February 4, 2025. Please include the title, �Company Name � NWD Crane MATOC Industry Day Attendees� in the email subject line. You will be notified of your scheduled one-on-one session no later than (NLT) February 7, 2025. If you have questions you would like to submit in advance, please provide them to the above e-mail addresses no later than Thursday February 6, 2025. If you consider the questions proprietary, please clearly mark them as such. Summary Scope of Work The general scope of work will be for the replacement of various types of crane and hoist equipment at federal facilities. Project locations are within the states of Kansas, Missouri, Nebraska, Colorado, Montana, North Dakota, South Dakota, Iowa, Idaho, Oregon, Washington, and Wyoming. The equipment MAY 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) Derrick Cranes (typical capacity may range from 10 tons to 200 tons) Pedestal Cranes (typical capacity may range from 10 tons to 200 tons) Fixed Base Hoists (typical capacity may range from 10 tons to 400 tons) Individual task orders contemplated for this work may be issued as either Design-Build (DB) or Design-Bid-Build (DBB). The scope of work may include incidental services such as hazardous material removal, painting, final inspections and testing services, and classification/marking of final product and lifting beam evaluation, repairs, load rating, and load testing. Magnitude of Construction for the anticipated task orders may range from: Between $1,000,000 and $5,000,000 Between $5,000,000 and $10,000,000 Between 10,000,000 and $25,000,000 Between $25,000,000 and $100,000,000 All work must be performed within USACE guidance and in accordance with local, State and Federal requirements. General Questions: What contractual risks do you feel exist with this acquisition? What concern is there related to having both rehabilitation and new crane design with installation in the scope of this MATOC? New is defined as a complete replacement of an existing crane with possible changes to its ratings. Is there concern regarding capacity to serve the entire Northwestern Division area of responsibility? What do you consider the most critical criteria that would address risk within the contract? Due to the complexity of this requirement, what would you consider a reasonable amount of time to submit an offer on Phase 1 solicitation? Due to the complexity of this requirement, what would you consider a reasonable amount of time to submit an offer on Phase 2 solicitation? Based on your knowledge of this industry, what would you recommend as a reasonable project minimum? Previously, we�ve done $750,000; however, it is understood that project minimum may need to be less. During our PLA research we noted that PLA may not be applicable due to the following: Specialized crane, hoist, and lifting device design, maintenance, and installation falls outside of craft labor requirements. Certain aspects of the assembly and disassembly must be performed by OEM specific personnel or those with specific expertise. This qualifies the work, even if a craft labor category, as ""specialized"" and does not require union labor agreements. For disassembly, refurbishment, or installation of new pieces/parts/equipment, oftentimes, an OEM qualified technician will need to conduct this work in order for any warranty to be withheld. This also includes any electrical work or rewiring that needs to be done. Are you able to confirm this and provide an example of how PLA may not be applicable to this type of work?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/04b15890ec9840a287a731fb0ea0a579/view)
- Place of Performance
- Address: Walla Walla, WA, USA
- Country: USA
- Country: USA
- Record
- SN07297173-F 20241221/241219230109 (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 |