SOLICITATION NOTICE
39 -- 2989 McCauley Crane
- Notice Date
- 10/6/2017
- Notice Type
- Presolicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU18R0001-2989McCauleyCrane
- Archive Date
- 11/4/2017
- Point of Contact
- Dillon M. Lucas, Phone: 2156566915, Michael J. Hunter, Phone: 2156566774
- E-Mail Address
-
dillon.m.lucas@usace.army.mil, michael.hunter@usace.army.mil
(dillon.m.lucas@usace.army.mil, michael.hunter@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 2989 - McCauley Pedestal Crane Pre-Solicitation Synopsis 1.Notice Type: Pre-solicitation Synopsis 2.Class Code: 3950 - Winches, Hoists, Cranes, and Derricks 3.Subject: 2989 Pedestal Crane 4.Solicitation No.: W912BU18R0001 5.Set-aside: 100% Small Business Set-Aside 6.Response date: 20 October 2017, 12:00 PM EST 7.Synopsis: The U.S. Army Corps of Engineers, Philadelphia District, intends to initiate a Request for Proposal (RFP) to procure a type of pedestal-mounted crane (to include pedestal, king post, and swing bearing mounted boom wire luffed cranes) which will be installed in a fixed location on a barge platform. The crane shall be manufactured to API 2C standards with monogram and shall include an independent 3rd party verification and ABS certification. The crane to be procured shall have a 140 ft. boom length and have a rated hook load capacities of 204,000 lbs US at a radius of 45 feet, 102,000 lbs US at a radius of 80 feet, and 64,000 lbs US at a radius of 90 feet (all from the center of rotation of the crane). The barge platform, to be procured under a separate contract, will be approximately 160 feet long by 60 feet wide with a hull depth of 12 feet. The crane will be located on the barge centerline approximately 23 feet from the stern with the final location determined by the final dimensions of the crane. A detailed delivery location will be provided in the solicitation. Period of performance including delivery is estimated at 18 months. The NAICS code is 333923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing and the size standard is 1,250 employees. This procurement is a 100% small business set-aside. Payment and performance bonding is a requirement for this procurement. Liquidated damages will be applicable to this procurement. FAR Clause 52.228-1 Bid Guarantee will be included. The acquisition will be a negotiated, best-value procurement using the Contracting by Negotiation process prescribed in FAR 15.101-1 and FAR 15.203 of the Federal Acquisition Regulation (FAR). The source selection process will be based on a tradeoff evaluation. The evaluation factors are: 1) Technical/Risk, 2) Past Performance, and 3) Price. Narratives must clearly define the proposed scope and quality levels that the contractor is offering to the Government in enough detail for the Government and the offeror to mutually understand whether the proposal meets or exceeds the minimum solicitation requirements. Detailed evaluation criteria will be included in the RFP package. Initial price proposals must be submitted along with initial technical proposal to the Contracting Officer in accordance with the requirements of the RFP. Offerors are advised that the Government intends to award a contract based on initial proposals received without discussions or any contact concerning the proposal received; therefore, each proposal should contain the offeror's best terms. The Government reserves the right to hold discussions at its discretion. The solicitation number W912BU18R0001 will be issued on or about 25 October 2017 with a closing date on or about 27 November 2017 at 1400 hours. Hard copies will not be available and written or fax requests will not be accepted. The official media of distribution for this RFP is the FBO.gov website. Contractors may download the solicitation (including any drawings) and any amendments via the Federal Business Opportunities (FedBizOpps) web site at www.fbo.gov, on or after the issue date. It is the offeror's responsibility to monitor the FedBizOpps web site for any amendments. Interested firms must register at FedBizOpps in order to access the solicitation. Offerors are responsible for printing copies of the RFP and any amendments. All contractors are required to be registered in the System for Award Management (SAM) before award as required by FAR 4.1102. Also, firms who receive a federal contract in excess of $25,000.00 are required by legislation to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: http://www.dol.gov/vets/vets-100.html. Questions can be directed to dillon.m.lucas@usace.army.mil. Contracting Office Address: USACE Philadelphia District; 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390 Place of Performance: Contractor proposed facility
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU18R0001-2989McCauleyCrane/listing.html)
- Record
- SN04708957-W 20171008/171006230919-1bb4394b817ae88553b06c717b5b3fe7 (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 |