Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2011 FBO #3400
SOURCES SOUGHT

J -- Rehabilitate the Powerhouse Bridge Crane located at Walter F. George Powerhouse.

Notice Date
3/15/2011
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-11-L-0315
 
Response Due
3/28/2011
 
Archive Date
5/27/2011
 
Point of Contact
John Vandiver, 251-441-5599
 
E-Mail Address
USACE District, Mobile
(john.c.vandiver@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS and is not a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Businesses, HubZONE, 8(a) and Service Disabled Veteran owned firms. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The U.S. Army Corps of Engineers, Mobile District, anticipates a future procurement to rehabilitate the powerhouse bridge crane located at Walter F. George Powerhouse, Ft. Gaines, Georgia. The Walter F. George powerhouse is serviced by a 225-ton maximum capacity bridge crane. The crane utilizes two trolley units, each with a 112.5-ton capacity main hoist and a 25-ton capacity auxiliary hoist. During full capacity lifts, the trolleys are coupled together and both 112.5-ton capacity hooks are used to pick up a 150-ton capacity lifting beam with a 225-ton capacity hook. Work shall consist of replacing existing bridge ladders; installing new handrails; refurbishing bridge and trolley assemblies; structural inspections and repair; spot painting; bridge and trolley runway inspections; replacing the crane cab; refurbishing the 225-ton capacity lifting beam; replacing main and auxiliary hoist motors, brakes, and wire rope; refurbishing hoist drums; replacing machinery bearings; refurbishing gear reducers; refurbishing shafts and couplings; refurbishing load block assemblies; removing and replacing the complete electrification system; replacing the crane lighting system; replacing all existing crane controls; installing load cells and score boards; and other work necessary to completely rehabilitate the overhead powerhouse bridge crane. Optional work could consist of replacing main and auxiliary hoists gear boxes; refurbishing crane runway rails; replacing bridge and trolley drive wheels; replacing bridge and trolley drives with new drive units; and completely repainting the entire crane. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 333923 (Overhead Traveling Crane, Hoist, and Monorail System Manufacturing) with a Small Business Size Standard of 500 employees. Responses are requested and shall include the following information. Note that responses shall not exceed a total of eight pages. 1. Offerors' name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, or 8(a) shall be indicated on first page of submission. 3. Description of capability to perform the proposed project, manage subcontractors, prepare and comply with various permits (if required), and capacity to execute this project with other ongoing contracts. 4. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 50% complete within the past five years. The past performance information should include project title, location, general description of the work performed to demonstrate relevance to the proposed project, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Responses shall be submitted via e-mail to Mr. Chris Vandiver, Contract Specialist, at: john.c.vandiver@usace.army.mil. Submittals are due no later than close of business on 28 March 2011. Submittals will not be returned and telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-11-L-0315/listing.html)
 
Place of Performance
Address: Walter F. George Power House Post Office Box 191 Fort Gaines GA
Zip Code: 39851
 
Record
SN02401082-W 20110317/110315234817-ddd7cf96d42684e2c3ff816be89ed4ba (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.