SOURCES SOUGHT
99 -- Northwestern Division Crane MATOC
- Notice Date
- 12/1/2020 9:24:28 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Walla Walla Walla Walla WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF21RSS06
- Response Due
- 12/15/2020 11:00:00 AM
- Archive Date
- 12/16/2020
- Point of Contact
- Hillary Morgan, Phone: 5095277214
- E-Mail Address
-
Hillary.a.morgan@usace.army.mil
(Hillary.a.morgan@usace.army.mil)
- Description
- The US Army Corps of Engineers, Walla Walla District is seeking interested offerors for a construction project entitled: Northwestern Division Crane Multiple-Award Task Order Contract (MATOC). This will be a firm-fixed-price Multiple Award Task Order Contract.� The North American Industry Classification System (NAICS) code for this project is 237990 � Other Heavy and Civil Engineering Construction. This sources-sought announcement is a tool to identify businesses with the interest in and capability to accomplish the work.� Please respond only if you intend to propose on this project when it is solicited in the future.� This is not a solicitation.� �� This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to perform the work through a potential Multiple Award Task Order Contract (MATOC).� Interested contractors, including large and small business-led teams, are hereby invited to submit a response to the notice to demonstrate their technical, managerial and business capability provide the requested scope.� THIS SOURCES SOUGHT DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL.� This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work.� The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information.� All interested, capable, qualified and responsive contractors are encouraged to reply to this market survey request. Summary of Scope of Work: The general scope of work will be for the rehabilitation and/or new construction of various types of crane and hoist equipment at federal facilities.� Project locations are within the states of Kansas, Missouri, Nebraska, Colorado, Montana, North Dakota, South Dakota, Iowa, Idaho, Oregon, Washington, and Wyoming.� The equipment MAY 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 15 tons) Derrick Cranes (typical capacity may range from 10 tons to 200 tons) Pedestal Cranes (typical capacity may range from 10 tons to 200 tons) Individual task orders contemplated for this work may be issued as either as Design-Build (DB) or Design-Bid-Build (DBB) (supply with construction installation hybrid contracts and construction efforts).� The scope of work may include incidental services such as hazardous material removal, painting, final inspections and testing services, and classification/marking of final product and lifting beam evaluation, repairs, load rating, and load testing.� Task orders under the MATOC will fall under the following magnitudes with 100 % performance and payment bonding required for construction efforts: Between $1,000,000 and $5,000,000 Between $5,000,000 and $10,000,000 Between $10,000,000 and $25,000,000 All work must be performed within USACE guidance and in accordance with local, State and Federal requirements. Submissions: Capabilities package/response submittal must be received no later than 11 am local time on 15 December 2020.� Any information submitted is voluntary. Interested firms having the capabilities necessary to meet or exceed all aspects of NAICS Code 237990 having a size standard of $39.5 Million Dollars and that can support the above scope of work should submit a capabilities package. A cover letter provided for the capabilities package should include: Name and address of the company. Company�s business size status (i.e. OTSB, SB, SDB. WOSB, VOSB, SDVOSB, HUBZone, 8(a)). A point of contact to include phone number and email address.� In addition, please provide affiliate information: Parent company, joint venture partners, and potential teaming partners. List of all NAICS codes your firm is registered under. Interested contractors should submit at least three (3) project examples that were completed within the last ten (10) years which demonstrate the above scope of work.� Submission of project examples on the larger capacity new equipment is preferred, showing broadest scope of capabilities.� Each project example should contain the following: Contract number, organization/agency supported, contract value, list/scope of work, whether your firm was the prime contractor or subcontractor, percentage of work performed by your firm, and NAICS code associated with the project. If documentation does not demonstrate all the crane types above, indicated if the company has experience with all the crane types, and if the company does not feel comfortable with designing or building any of the crane types, please indicate.�� A brief description/narrative of how the project example relates to the services described herein. In addition to the above, the Government requests comments from interested parties to the following questions: Is your firm able to perform both rehabilitation and new crane design with installation? New is defined as not existing before; made for the first time. Would your firm be interested in submitting a proposal considering the anticipated scope of services? If not, why? Would your firm be interested and capable of performing services for projects located within the entire North Western Division area of responsibility? If not, which states is your firm not interested in? What is your firm�s Project bonding capacity? Aggregate bonding capacity? What is the minimum and maximum dollar value project which your firm would routinely consider submitting a proposal for? What do you consider are the most critical criteria that would address risk within the contract? Explain. How many task orders/projects can your firm routinely perform and manage concurrently? Does your firm have any other comments or suggestions that you would like to share with the Government?
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/73719f79268a4335bc3c71ea924b2546/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05864084-F 20201203/201201230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |