Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2018 FBO #5983
SOLICITATION NOTICE

Y -- $99.9M NWD Crane Rehabilitation and Replacement MATOC

Notice Date
4/9/2018
 
Notice Type
Presolicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
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
W9128F18R0012
 
Point of Contact
Ryan M. Buckley, , Tyler P. Hegge,
 
E-Mail Address
ryan.m.buckley@usace.army.mil, tyler.hegge@usace.army.mil
(ryan.m.buckley@usace.army.mil, tyler.hegge@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION NO. W9128F18R0012 - $99.9M Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Build/Design-Bid-Build Crane Rehabilitation and Replacement - USACE Northwestern Division On or about 24 April 2018, this office will issue phase one of a two-phase, design-build/design-bid-build Request for Proposal (RFP) for Unrestricted concerns. The intended scope of project work associated with this request for proposal (RFP) involves construction, rehabilitation and replacement of cranes, hoists and lifting devices. Work will consist of design-build (D-B)/design-bid-build (D-B-B) projects at hydropower, navigation, and flood risk management facilities located within the Northwestern Division's (NWD) Civil Works Area of Responsibility. The Northwestern Division maintains 29 hydropower projects, 10 lock (navigation) projects, and 82 flood risk management projects throughout the NWD, with a preponderance of these sites located on the Columbia River, Missouri River and Snake River. Work will consist of design-build (D-B) and design-bid-build (D-B-B) projects for existing civil stakeholders located within the Northwestern Division area of responsibility (AOR) - NE, IA, SD, ND, KS, MO, KS, MO, WY, CO, MT, ID, OR, WA. This is a Multiple Award Task Order Contract with a total shared capacity of $99,900,000. The primary types of various cranes and equipment with large tonnage capacities at USACE operated hydropower, navigation and flood risk management facilities. The preponderance of the work includes: • Overhead Bridge Cranes (typical capacity may range from 15 tons to 600 tons) • Overhead 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) • Fixed Hoist Machinery for penstock intakes and spillway gates Other types of cranes and equipment may include, but not limited to: • Navigation Cranes • Derrick Cranes (typical capacity may range from 10 tons to 200 tons) • Fishery Cranes • Below-the-Hook Devices • Base/Wall Mounted Jib Hoists/Booms Rehabilitation work may consist of construction, repairing, replacing, and/or upgrading worn components of crane systems to make the equipment fully functional for support of mission requirements. Components may include, but not limited to, lifting beams and/or lifting devices, hoist machinery such as wire rope drums, speed reducers and open gearing, load brake systems, motors, brakes, wire rope, load blocks, load indicating systems (load cells), structural repairs, crane rails, crane access/egress and safety upgrades, operator cabs, painting, control systems (including variable frequency drives (VFDs) and programmable logic controllers (PLCs)), warning/alarm systems, electrical systems, rail feeders, etc. Rehabilitation work may require design and analysis of crane and its components by design engineers for capacity uprating and subsequent crane load test. Work may also include, but not limited to, the following incidental services: hazardous material removal, painting, final inspection and testing services, and classification/marking of the final product. Individual Task Orders contemplated under this solicitation may range from $150,000 to $20,000,000. Estimated projections to maintain the Government's equipment indicate that the majority of task orders issued will be in the range of $3,000,000 to $6,000,000 Competition for this contract is Unrestricted. A target of four (4) Indefinite Delivery Type Contracts may be awarded for a base performance period of three (3) years with Option of two (2) additional years. The minimum contract guarantee is $2,500. The primary North American Industry Classification System (NAICS) code is 238290 (Other Building Equipment Contractor), with a corresponding small business size standard of $15M.238160 (Roofing Contractors), with a corresponding small business size standard of $15M. Offerors must be registered for this NAICS code by the date Phase 1 proposals are due. Phase 1 of the solicitation will close about 20-30 days after Phase 1 solicitation is posted and Phase 2 is anticipated to close about 20-30 days after Phase 2 solicitation is posted. There will be no pre-proposal conference or site visit included with Phase 1 of 2. Offerors: Please be advised of on-line registration requirement for Contractor Registration and for Representations and Certifications Application ‘ORCA' is now located in System for Award Management ‘SAM' database https://www.sam.gov/portal/public/SAM/. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to SAM. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities: https://www.fbo.gov/. Find solicitation announcement in Fed Biz Opps: https://www.fbo.gov/ 1. Use the ‘Keyword/Solicitation #' to locate the project ‘by entering the solicitation number' or use the advanced search features offered in the ‘Opportunities' tab followed by the ‘Advanced Search' tab. 2. By using the ‘login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted. 3. Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from the column on the right side reading ‘All Files' or from the ‘Packages' tab. 4. If you want other vendors, sub-contractors or contractors to contact you, click on the ‘Interested Vendors' tab and then ‘Add me to Interested Vendors' link at the bottom of the page. Questions regarding this RFP should be made to Tyler Hegge at tyler.hegge@usace.army.mil and Ryan Buckley at ryan.m.buckley@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F18R0012/listing.html)
 
Place of Performance
Address: 1616 Capitol Avenue, Omaha, Nebraska, 68102-4901, United States
Zip Code: 68102-4901
 
Record
SN04882550-W 20180411/180409230608-ab5e7f4b6266605468e00ef616f6ccaf (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.