Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2018 FBO #6179
SOLICITATION NOTICE

Z -- Rehabilitation of the Robert S. Kerr Powerhouse Bridge Crane

Notice Date
10/22/2018
 
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, Tulsa, Attn: USACE, CESWT- CT, 2488 E. 81st Street, Tulsa, Oklahoma, 74137-4290, United States
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV19R0010
 
Point of Contact
Bruce E. Hayes, Phone: 9186697277, Brian Hutchison, Phone: 9186697426
 
E-Mail Address
Bruce.E.Hayes@usace.army.mil, brian.c.hutchison@usace.army.mil
(Bruce.E.Hayes@usace.army.mil, brian.c.hutchison@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Action Code: This is a Pre-Solicitation notice. 2. Date: 22 October 2018 3. Contracting Office Address: USACE, Tulsa Division 2488 E. 81st Street Tulsa, Oklahoma 74137-4290 4. Classification Code: Z - Maintenance, Repair or Alteration of Real Property 5. Subject Title: Rehabilitation of the Robert S. Kerr Powerhouse Bridge Crane 6. Solicitation Number : W912BV19R0010 7. Contact(s) Points: Names: Mr. Bruce Hayes Mr. Brian Hutchison Phones: 918-669-7277 918-669-7426 Emails: Bruce.E.Hayes@usace.army.mil Brian.C.Hutchison@usace.army.mil 8. Important Information : This notice does not constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to provide the pre-solicitation notice required by FAR 5.2 - Synopsis of Proposed Contract Actions in preparation for release of the Request for Proposal (RFP) at a later date. 9. Description: The RFP is for a Single-Phase unrestricted solicitation for the Rehabilitation of the Robert S. Kerr Powerhouse Bridge Crane at the Robert S. Kerr Powerhouse which is located at 29759 Power House Road in Keota, Oklahoma 74941-6569. The project solicitation is anticipated to be issued on or about the middle of November 2018. The Proposal due date is planned, on or about, 20 December 2018. The North American Industry Code Standard (NAICS) is 333923 (Overhead Traveling Crane, Hoist and Monorail System Manufacturing) and the size standard is 1,250 employees. The planned procurement method is contracting by negotiation using Lowest Price Technical Acceptable (LPTA) criteria. The solicitation utilizes source selection procedures which requires each Offeror to submit both a Price Proposal and a Technical Proposal. The Price Proposal and the Technical Proposal must be submitted as separate files. The resulting contract is will be a firm-fixed price (FFP ) contract for the work described in the Statement of Work which will be provided with the solicitation. The work includes, but is not limited to: a. Inspection of welds on all four hoist drums, inspect for wear on components of four load blocks, inspect all wheels and open gear sets. b. Optional CLINs may be exercised by the Government in order to replace components or assemblies that are found, by inspection, to be not serviceable. c. Design, fabricate, and shop test the rebuild of each hoist gear reducer by removing load brake function and extending the input shafts. d. Remove and dispose of existing operator cab, and replace with new. e. Remove and dispose of existing crane electrification system, and replace with new. f. Remove and dispose of existing shaft couplings, bearings, seals, and brakes, and replace each with new. g. Remove all wheel assemblies in order to inspect wheels, open gears, and shafts for wear. Dispose of all wheel bearings and replace with new. h. Rehabilitate, inspect, and load test all four hoists after reassembly. i. Miscellaneous grout repair along crane rail. j. Coat the entire crane with new paint system which is intended to encapsulate the existing lead based paint. k. Provide operation and maintenance manuals for the new aspects of the bridge. l. Provide as-built drawings for the new configuration of the existing bridge crane. 10. Place of Contract Performance: The preponderance of the work to be completed under this contract is expected to be performed at the Robert S. Kerr Powerhouse, 29759 Power House Road in Keota, Oklahoma 74941-6569 which is located in Le Flore County. 11. Set Aside Status: This procurement has no set aside status. 12. Additional Details: THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY. NO HARD COPIES WILL BE PROVIDED. Offerors can view and/or download the RFP and attachments at https://www.fbo.gov (FBO) when the RFP is posted. Interested parties can register under the Interested Vendors List at FBO. This will be the only method of amendment distribution; therefore, it is the OFFERORS' RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective Offerors MUST register themselves on the website. Prospective Offerors must also be registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM in order to participate in this procurement. 13. "Disclosure of the Magnitude of Construction Projects" In Accordance with FAR 36-204 and DFARS 236.204, the Construction Cost magnitude for this project is between $1,000,000.00 and $5,000,000.00 which includes all design, non-design, and construction cost for the total contract award. Offerors are under no obligation to approach the maximum cost magnitude given above. 14. Period of Performance (POP): The POP is approximately 300 calendar days. After Notice to Proceed (NTP) 15. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV19R0010/listing.html)
 
Place of Performance
Address: Robert S. Kerr Powerhouse, Keota, Oklahoma, 74941-6569, United States
Zip Code: 74941-6569
 
Record
SN05131063-W 20181024/181022230523-a499c4166167bc7692909cb38c73c275 (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.