SOURCES SOUGHT
38 -- Construction Equipment Rental
- Notice Date
- 2/20/2018
- Notice Type
- Sources Sought
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR18TEQUIPMENTRENTAL
- Archive Date
- 3/15/2018
- Point of Contact
- John Butts, Phone: 5025136591
- E-Mail Address
-
john.c.butts@usace.army.mil
(john.c.butts@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is for the rental of Two (2) 90-ton telescopic boom Rough Terrain Cranes, Two (2) 50-ton telescopic boom Rough Terrain Cranes, Four (4) 80 ft. telescopic boom man lifts with instructions for placement on a barge and One (1) 3000 lb. to 6000 lb. capacity elevator with a total lift of 53' with all motors and electronics mounted so they travel with the car. The rental shall be provided as below from 29 May 2018 for approximately 127 calendar days and the rental period shall not begin before the required delivery date or before the equipment has been accepted for use. This is for rental only operators are not required. The contractor is responsible for the delivery and pickup of all equipment. The equipment shall be delivered to Newburgh Locks and Dam 6877 State Road 66 Newburgh, IN 47630, by the above date or the direction of government contracting officer. Telescopic Hydraulic Boom Man Lift(s) Contractor shall supply four (4) 80 ft. Telescopic Hydraulic Boom Man Lift(s) and must adhere to the following specifications: * Diesel Engine * Rotating platform * 80ft platform height extension *110V AC power in platform * Minimum platform size 36 in x 72 in * Minimum unrestricted weight capacity of 500 lbs * Maximum gross weight of 34,500 lbs. * Lifting lugs and lifting instructions (for crane placement) * Meets current OSHA, Corps of Engineers, State, and Local Operational & Safety Regs. * Model Year less than 7 years old *Manufacturer must specifically allow operation on a floating platform within 1 degree or greater of level. Floating platform operation shall not require analysis by a marine engineer or naval architect. Contractor shall supply manufacturer approval letter, directions, and requirements with the quote. * Contractor shall perform routine service maintenance on units as needed on site or while being transported to the next site. * Service support within 6 hrs. * The contractor shall respond to service calls within 4 hrs of notification. Due to the urgency of the job and impact to the navigation industry, the lift shall not be inoperable for more than 24 hours or it shall be replaced with another comparable lift. Newburgh Construction Elevator Rental The contractor shall be capable of providing rental of, installation, inspection, and permitting a 3000lb to 6000lb personnel/material hoist(s)/elevator for use by the U.S. Army Corps of Engineers Heavy Capacity Fleet. The contractor shall supply a 3-6000lb personnel hoist / elevator for use in accessing the bottom of the lock chamber at Newburgh Locks and Dam. The vertical height traveled is 53' from the bottom of the chamber to the top of the wall. There will be no intermediate landings. Bottom landing has approximately a 12'x12' area for the elevator base. A continuous 36' thick concrete wall of at least 2500 psi concrete is available for anchoring the elevator tower. The components shall have lifting fixtures and slings so that the pieces can be lifted by government floating crane from one lock wall to the next. The contractor shall install the elevator or hoist into the lock chamber. There is a possibility that the base of the elevator may be submerged during a short period of the dewatering. The elevator style supplied shall have all of the motors and electrical equipment mounted so they travel with the car, or can be removed quickly if the chamber must be flooded due to high water. Contractor shall supply guidance on what preparations to make to the unit. If it is submerged the government will clean and lubricate as necessary before operating the elevator. Installation is required, the government will provide a hydraulic rough terrain crane, operator, rigging assistance, and manlift for the installation of the elevator. Contractor shall provide a copy of the manufacturer's recommendations and instruct the government personnel on the correct rigging of the unit for lifting. Contractor shall provide all necessary supplies and equipment for this installation. Hoist tower will typically be anchored by concrete anchors into the lock wall. Government will provide the mobile crane and operator, riggers, and a manlift to facilitate the installation. Government has 480volt 3ph power available, up to 400 amp service. The contractor shall then perform all inspection, testing, training, and permitting required by OSHA, ANSI, and local governments to allow the hoists use. The hoist shall be operational within two days of the initiation of the installation. If required by elevator manufacturer contractor will also be available for disassembly of the unit. The contractor shall respond to service calls within 4 hrs of notification. Emergency contact numbers shall be posted in or on the scaffold or hoist. Due to the urgency of the job and impact to the navigation industry, the elevator shall not be inoperable for more than 48 hours. Emergency repairs shall be billed on an hourly basis. The access equipment rented shall meet all requirements of applicable ANSI standards, Scaffold Industry Association, Corps of Engineers EM 385-1-1, and local municipalities. 90 Ton and 50 Ton Rough Terrain Crane Rental The contractor shall provide two (2) hydraulic ninety (90) ton rough terrain cranes and two (2) hydraulic fifty (50) ton rough terrain cranes per the schedule below. The cranes shall be provided for use by the Army Corps of Engineers at the Newburgh Locks and Dam site along the Ohio River. The contractor shall bid and supply trucking to deliver the cranes and to pick up the cranes when the contract is complete in accordance with the delivery schedule below. A government representative will call the contractor to schedule each pickup date and time. The crane shall be supplied without operator. The hydraulic rough terrain 90 ton crane shall be a standard industry crane similar to a Link - Belt RTC8090. The hydraulic rough terrain 50 ton crane shall be a standard industry crane similar to a Link - Belt RTC8050. All materials, equipment, and parts comprising the rental units herein, shall be in good working order, free from all defects or imperfections effecting performance. The cranes shall have main and auxiliary hoists. Swing away jib extensions shall be removed from the crane. The hydraulic 90-ton crane shall have similar capacities to the Link - Belt RTC 8090 with 24,000 lbs. counterweight load charts. Specifically, the 90-ton crane shall be able to lift a 35,000 lb. load at a 50 ft. radius with the outriggers fully extended and rotate it 360 degrees. The crane's rigging (wire rope, hooks, block, etc.) shall be sufficient to lift their maximum load rating capacities. The main hoist shall equipped with a 90 ton hook block and be reeved to lift the above 35,000 lb load. The auxiliary hoist shall be equipped with a minimum 8 ton headache ball. Both 50 ton and 90 ton crane's main and auxiliary hoists shall have enough wire to lower a load eighty (80) feet below the elevation of the crane's outriggers, rigged for full capacity at each radius and maintain three wraps of wire rope on the drum. The crane shall come equipped with all rigging necessary including a spreader beam, slings, and shackles to lift the crane according to manufacturer's recommendations with a floating crane and place it onto the lock wall. Contractor shall provide a copy of the manufacturer's recommendations or instruct the government personnel on the correct rigging of the unit for lifting. If it is required to pick the unit from the outriggers the contractor shall provide all softeners needed to prevent the slings from being damaged. The 90-ton crane shall be a maximum of 12'-6" wide with the outriggers fully retracted and a maximum of 26' with the outriggers fully extended. The carrier body, less boom shall be no longer than 30'. The boom shall be hydraulically activated (extended/retracted) controlled from the operator's cab and minimum of 140' long main boom (excluding fly extensions). The fly extension shall be removed from the crane when delivered. The contractor shall respond to service calls within 4 hrs of notification. Emergency contact numbers shall be posted in the cabs of the crane. Due to the urgency of the job and impact to the navigation industry, the crane shall not be inoperable for more than 24 hours or it shall be replaced with another comparable crane. Emergency repairs shall be billed on an hourly basis. The crane shall meet or exceed the current version of the following standards: ANSI B30.5 Mobile and Locomotive Cranes, OSHA Standard 29 CFR 1926.550 Cranes and Derricks, US Army Corps of Engineers Safety and Health Requirements Manual EM 385-1-1. The EM 385-1-1-2014 specifically includes but is not limited to the items in Chapter 16 of the manual, Certificate of Compliance (16.A.02), Equipment Inspection and forms (16.D), Safety Devices and Operational Aids 16.D), and Operational Manuals, Load Charts, Logs (16.G.01). The contractor shall send the Certificate of Compliance (COC Form 16-1) to the technical representative prior to delivery. Once the cranes are delivered, US Army Corps of Engineers (USACE) personnel shall inspect, test, and operate the crane. Any safety or contract deficiencies found shall be corrected within 2 hours after notification of the deficiencies. Contract duration is estimated at 127 calendar days. NAICS code is 532490. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on Wednesday 28 February 2018 by 1000 Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number and CAGE Code(s). 3. Descriptions of Experience - Interested firms must provide specification sheets for all equipment to determine if the firm can provide the requested equipment. a. Projects similar in scope and size to this project include: Rental of crane, operator and oiler NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to SSG John Butts at john.c.butts@usace.army.mil. If you have questions please contact SSG John Butts at john.c.butts@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR18TEQUIPMENTRENTAL/listing.html)
- Record
- SN04828100-W 20180222/180220231301-8e43ebd7c62954a28af29797b21ceff5 (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 |