SOLICITATION NOTICE
J -- Maintenance and Repair Services for Cranes, Hoists, and Lifting Devices - W9128F18Q0013 SOLICITATION NOTICE
- Notice Date
- 1/29/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F18Q0013
- Archive Date
- 3/15/2018
- Point of Contact
- Monica L. Dwyer, Phone: 4029952726
- E-Mail Address
-
monica.l.dwyer@usace.army.mil
(monica.l.dwyer@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- W9128F18Q0013 SOLICITATION NOTICE This is a service procurement for a 3-year term period and a 2-year option period. The Government intends to award one Indefinite Delivery/Indefinite Quantity contract as part of a Single Award Task Order Contract (SATOC) for Special Maintenance and Repair Services for Cranes, Hoists, and Lifting Devices in support of the USACE, Omaha District, Kansas City District and their respective customers. This is a firm fixed price solicitation and will be issued as a full and open competition open to all business concerns (Unrestricted). Task orders awarded under this SATOC shall be firm fixed price (FFP). This contract will support work for the USACE, Omaha District and Kansas City District, in conjunction with the NWD and existing NWD customers including but not limited to, Western Area Power Authority (WAPA), Western States Power Corporations (WSPC), Southwestern Power Administration (SWPA), and the Southwestern Power Resources Association (SPRA). Task orders under this contract will be in support of existing USACE NWO customers throughout the Omaha District and Kansas City District areas of responsibility (AOR). Project locations are located with the following states and counties: Colorado (Arapahoe, Douglas and Jefferson); Iowa (Appanoose); Kansas (Douglas, Ellsworth, Geary, Jefferson, Miami, Osage, Pottawatomie, Riley and Russell); Missouri (Benton, Cedar, Clay, Gasconade, Hickory, Jackson, Lafayette and Macon); Montana ( McCone and Valley); Nebraska (Cedar, Harlan and Knox); North Dakota ( McClean and Mercer); South Dakota (Buffalo, Charles Mix, Gregory, Hughes, Lyman, Stanley and Yankton). Task orders will be issued as FFP based on the requirements of the Performance Work Statement (PWS) at the above locations. General scope of services will be for the maintenance, repair, installation, testing and inspection marking of various types of crane and hoist equipment at federal facilities. Some projects may involve working over or near water. 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 25 tons); -Derrick Cranes (typical capacity may range from 10 tons to 200 tons); -Below-the-Hook Lifting Devices (i.e. Lifting Beams and Rotor Lifting Apparatus); -Base/Wall Mounted Jib Hoists/Booms; -Barge/Truck Mounted Lattice Booms. Services that may be required in a task order include, but not limited to: -Wire rope replacement; -Gearbox and motor replacement; -Lattice boom repairs; -Crane brake repair & overhaul; -Mechanical load brake repair & conversions; -Crane controls Variable Frequency Drives (VFD) upgrades, troubleshooting & repair; -Crane control conversions to remote control; -Load indicating devices and alarms; -Troubleshooting & repair; -Crane rail surveys & alignment repairs; -Load testing; -Inspections; -Crane and signalman training and certifications; -Lubricant removal and disposal; -Removal of open gear grease on the pinion and drum gear and the draining and cleaning of gear lubrication within the hoist speed reducer gear case; -Crane certification for personnel hoist; -Non-destructive Testing (NDT) services to include hooks & terminal lifting devices (below the hook), drum hoists, lifting beam, welds, gear box teeth; -Up-rating of crane capacities including mechanical and structural component analysis; -Emergency repairs; -Incidental design; -Lead paint, asbestos removal, and emptying of gear fluids may be necessary. The Primary North American Industry Classification System (NAICS) code for this solicitation is 811310; Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a size standard for Small Business of $7,500,000. Offerors: Please be advised that an online registration requirement in System for Award Management (SAM) database http://www.sam.gov/ exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM. Representations and certifications are required to be up-dated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to SAM. Solicitation documents will be posted to the web via Federal Business Opportunities (FedBizOpps) (www.fbo.gov). Registration is required to access solicitation documents. Federal Business Opportunities provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. All amendments will be posted in FedBizOpps. It shall be the contractor's responsibility to check the website for any amendments. Bidder Inquiry --Technical inquiries and questions relating to technical requirements, proposal procedures, etc. are to be submitted via Bidder Inquiry in ProjNet at: https://www.projnet.org/projnet/ no later than fourteen (14) calendar days prior to the date set for receiving proposals, in order that they will be given consideration or actions taken prior to receipt of offers. The Bidder Inquiry system is to be used to ask and receive answers to all non-proprietary questions. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below. A prospective vendor who submits a comment /question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our technical team. All timely questions and approved answers will be made available through ProjNet. Project ID: W9128F18Q0013 Project Name: Crane Services SATOC Quick Add Key: SPRRNQ-6NQ8A2 Refer to FAR 52.212-1 Addendum, Instructions to Quoters (page 6 of solicitation) on how to register and access ProjNet.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F18Q0013/listing.html)
- Place of Performance
- Address: Omaha District and Kansas City District areas of responsibility, United States
- Record
- SN04803031-W 20180131/180129231321-b36e906fdcc18ce274c03320f952e1ba (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 |