Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2025 SAM #8783
SOURCES SOUGHT

38 -- NSA PANAMA CITY - FL - FREESTANDING JIB CRANE

Notice Date
12/11/2025 7:28:03 AM
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
ACQR6146543
 
Response Due
12/29/2025 10:00:00 AM
 
Archive Date
01/13/2026
 
Point of Contact
CHERYL WILSON, JILLIAN ALEXIS
 
E-Mail Address
cheryl.l.wison77.civ@us.navy.mil, jillian.s.alexis.civ@us.navy.mil
(cheryl.l.wison77.civ@us.navy.mil, jillian.s.alexis.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NSA Panama City, Panama City Beach FL intends to award a contract on a sole source basis to a 8(a) small business for installation of a Freestanding Jib Crane. This is a sources sought announcement, a market survey for written information only to identify potential 8(a) offerors for the design build construction project, Jib Crane, Naval Support Activity, Panama City, Florida. This is not a request for proposals or an invitation for bid. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice of intent is for information purposes only. This notice is not a request for competitive quotes or proposals.? A solicitation will not be issued.? However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.? The information submitted must be provided in sufficient detail to demonstrate the vendor�s ability to fulfill this requirement.? The contractor must also provide a description of their past experience in fulfilling requirements which are the same or similar to this requirement and references for each.? Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.? A determination by the Government not to compete this requirement on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice.? The SOW included in this notice is a draft; it is not all-encompassing and should be considered a preliminary outline that will likely be modified before the final award. Project Description: The scope of work for this project includes the design, engineering services, selective demolition, and construction required to install a freestanding jib crane on Pier 146 East Dock at NSA Panama City, Florida. The scope of work includes: � Perform a structural analysis to determine the optimal location for the jib crane installation at Pier 146 East Dock � Procure, install, test, and certify a 10,000 lb freestanding jib crane. See ESR D10 below for additional requirements for the crane. � Design and construct a foundation system to support the jib crane with the current constraints of the East Dock construction. � Provide power to the jib crane. See ESR D50 below for additional electrical requirements. D10 CONVEYING SYSTEMS The freestanding jib crane must be designed in accordance with the following: NAVFAC P-307, Management of Weight Handling Equipment NAVCRANECENINST 11450.2A Weight Handling Equipment Design In addition, the crane must comply with all other Navy Crane Center requirements which can be found at the website below: https://ncc.navfac.navy.mil/ The jib crane must be 10,000 lb rated capacity and shall consist of all components required for a complete and useable installation as specified in Part 5 of this RFP. Contractor to provide testing and certification to put the jib crane in service. The crane span shall provide a minimum of 10 feet of clear span over the water. The minimum hook height shall be 14 feet. Provide appropriate high-performance coatings for corrosion control due to the location of the crane in a waterfront/outdoor environment. See Part 6 existing plans for mor information on the east dock construction. The jib crane and foundation will have to be set back from the edge of the dock due to an existing utility trench running parallel to the edge of the dock. Assume the length of the jib crane will have to be 25 feet. Specification 41 22 23.19 for crane, hoist, and trolley requirements. D50 ELECTRICAL The electrical design must comply with the design criteria specified in UFC 3-501-01, Electrical Engineering, and its referenced documents. All equipment and mounting assemblies shall be a minimum of 316 stainless steel. Provide an Electrical System that is fully coordinated with all other trades especially structural and the equipment furnished under this or separate contract relative to the new crane. Locate electrical equipment based on locations of GFGI and contractor furnished equipment and architectural appurtenances. Interested sources are invited to respond to this sources sought announcement. Capability Statements consisting of appropriate documentation will be accepted, providing it contains ALL the information required below (items 1-6). Complete submission package shall not exceed 24 pages. The information which must be contained in your response is as follows: 1) Contractor Information: Name and address of company, point of contact with phone number and email address. 2) Type of Business: Identify the company�s business size and socio-economic status (HUBZone, 8(a), SDVOSB, WOSB, etc.) for NAICS Code 237990 applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification. 3) Bond Capacity: Information must include surety�s name, point of contact, telephone number, email address, and the bonding capacity of at least $30 Million per project, and the maximum aggregate bonding. 4) System for Award Management (SAM): Evidence of registration in the SAM, including Cage Code and Unique Entity Identifier (formerly DUNS Number). 5) Interest: Indicate if a solicitation is issued will your firm/company be submitting a proposal: _____ Yes ______No. 6) Experience Submission Requirements: Responders shall submit a minimum of three (3) and a maximum of five (5) projects including contract numbers, project titles, dollar amounts, project completion date, performance ratings, and evidence of specific capabilities listed below: Demonstrate Prime Contractor experience with design build crane projects. These projects must have been completed and accredited/certified within the last ten years, have a value of approximately $500,000.00 or greater; and were similar in size, scope and complexity to the proposed construction requirements. Provide a brief description including completion date and final contract value. If they are not approximately equal to the requested dollar value, identify the dollar value and explain in no more than one paragraph why we should consider the project. Provide a brief description including completion date and final contract value. If they are not approximately equal to the requested dollar value, identify the dollar value and explain in no more than one paragraph why we should consider the project. Submissions shall contain the following items below (1-6) for each project submitted for consideration. 1. Include Contract Number, if applicable 2. Indicate whether Prime contractor or Subcontractor 3. Contract Value 4. Completion Date 5. Government/Agency point of contact and current telephone number. 6. Project Description. Include a brief description, with sufficient detail, to determine whether this project is of a similar size and scope to the project description in this announcement; and, how the contract referenced relates to the project description herein. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, SDVOSB, VOSB, WOSB and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Interested parties should respond no later than 29 December 2025, 12:00 pm Central Time via email to Cheryl Wilson at Cheryl.l.wilson77.civ@us.navy.mil. The subject line of the email shall read: Freestanding Jib Crane at NSA Panama City, Panama City, FL. Emails shall be no more than 8 MB in size. Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3169bbbe7f9b4654955c1748683536ea/view)
 
Place of Performance
Address: Panama City Beach, FL 32407, USA
Zip Code: 32407
Country: USA
 
Record
SN07664278-F 20251213/251211230041 (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.