SOURCES SOUGHT
99 -- Tow for Shreve Crane Barge Olmsted, IL
- Notice Date
- 6/17/2021 12:40:31 PM
- Notice Type
- Sources Sought
- NAICS
- 483211
— Inland Water Freight Transportation
- Contracting Office
- US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-21-SCB-OLMSTED
- Response Due
- 6/25/2021 11:00:00 AM
- Archive Date
- 06/26/2021
- Point of Contact
- SFC Jene' C. Gray, Phone: 5023156566
- E-Mail Address
-
jene.gray@usace.army.mil
(jene.gray@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- A market survey is being conducted in order to make acquisition decisions about this future project and 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, 8(a), Woman-Owned Small Business, or Service-Disabled Veteran Owned Small Business and you are interested in this project, please respond appropriately. The proposed project is to procure services to tow the Corps of Engineers crane barge, MV Henry M. Shreve from Cannelton Locks and Dam ORM 720.7 at Cannelton, IN and deliver it to Olmsted Locks and Dam ORM 964.6 and return the crane barge to Louisville Repair Station at ORM 606.8 when work is completed. The crane barge is 100�wide x 300� long x 14� hull and drafts approximately 8�. The air draft of the crane can be lowered to 55� minimum but is typically 64� to the top of the spuds. After arriving at Olmsted Locks and Dam the contract tow will disembark and the crane will support the miter gate anchor arm replacement at Olmsted. Upon completion of the project the contract tow will pick-up the Shreve and return it to the Louisville Repair Station which is adjacent to and upstream of McAlpine Locks at ORM 606.8. Contract tow shall have a minimum of 4000 hp. Meals and separate berth�s shall be provided for two government employees while underway. Contractor must have liability insurance for the replacement cost of the vessel, $40M. Contract duration is estimated at 60 calendar days. The estimated cost range is $150,000.00 to $380,000.00. NAICS code is 483211 � Inland Water Freight Transportation. All interested Small Businesses, certified HUBZone, 8(a), Woman-Owned Small Businesses, or Service-Disabled Veteran Owned Small Business contractors should respond to this survey by email no later than 25 June 2021 at 2:00 PM 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. Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience � Interested firms must provide statement of capability and qualifications of the organization to perform the requirement. List of similar projects worked on over the past 5 years and services provided on those projects. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages, and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Towing crane barges of 100�wide x 300� long x 14� hull and drafts approximately 8� or more. b. Projects similar in size to this project include: Towing crane barges of 100�wide x 300� long x 14� hull and drafts approximately 8� or more with a value of over $1,000,000. c. Based on the information above, for each project submitted, include: 1. Current percentage of project complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar value of the project/contract. 5. The percentage and description of work that was self-performed. 6. Identify the number of subcontractors by trade utilized for each project (if applicable). 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003); they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. NOTE: Total submittal package shall be no longer than 5 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to jene.gray@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. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.Beta.SAM.gov) prior to submission of bids/quotes. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates ""All payments by the Government under this contract shall be made by electronic funds transfer (EFT)."" Those not currently registered can obtain registration by going to the website http://www.Beta.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.Beta.SAM.gov. Refer to www.Beta.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/50b931edd865476dbe18ce806512e961/view)
- Place of Performance
- Address: Cannelton, IN 47520, USA
- Zip Code: 47520
- Country: USA
- Zip Code: 47520
- Record
- SN06036266-F 20210619/210618201540 (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 |