SPECIAL NOTICE
W -- Currituck Crane & Rigging Services
- Notice Date
- 6/17/2022 10:55:40 AM
- Notice Type
- Special Notice
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- US ARMY ENGINEER DISTRICT WILMINGTO WILMINGTON NC 28403-1343 USA
- ZIP Code
- 28403-1343
- Solicitation Number
- W912PM22Q0032
- Response Due
- 7/5/2022 1:00:00 PM
- Archive Date
- 12/31/2022
- Point of Contact
- Terri Adams, Gregory M. Graham
- E-Mail Address
-
terri.m.adams@usace.army.mil, gregory.m.graham@usace.army.mil
(terri.m.adams@usace.army.mil, gregory.m.graham@usace.army.mil)
- Description
- Notice of Intent to Solicit and Award a Sole Source Contract to Barnhart Crane and Rigging The U.S. Army Corps of Engineers, Wilmington District, intends to award a sole source contract to Barnhart Crane and Rigging, 2163 Airways Blvd., Memphis, TN 38114, to provide all Equipment and Labor to Lift, Transport and Place New Pilot House on Dredge Currituck. This action will result in a firm fixed price contract. This Notice of Intent to award a sole source contract is not a request for competitive proposals. There is no solicitation document. No RFP will be available for competitive proposals. Phone calls will not be accepted. The North American Industry Classification System (NAICS) code is 238990 � All Other Specialty Trade Contractors (crane rental with operator). This acquisition will be processed in accordance with the acquisition of commercial items prescribed in FAR Part 12 in conjunction with the policies and procedures for solicitation, evaluation and award prescribed in FAR Part 13, Simplified Acquisition Procedures. The small business size standard is $16,500,000.00. The statutory authority permitting other than full and open competition is 41 U.S.C.253(c)(1) (or 10 USC 2304(c) (1)) as implemented by the Federal Acquisition Regulation (FAR) Subpart 13.106-1(b). Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, the contracting officer may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization). Contracts awarded using FAR Part 13�Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6�Competition Requirements. The Contractor shall provide heavy lift rigging services including a minimum 50-ton capacity crane in order to lift the pilot/deck house from the Metals Shop on Ensley Engineer Yard onto a loading area.� The Contractor shall mobilize heavy lift equipment to move the pilot house from inside the Metals Shop to a Contractor provided trailer.� The Contractor will transport the pilot/deck house through the yard via the route designated to the designated loading area. A break in transport will then be required to weld the house hinges onto the pilot house. Once the hinges are welded onto the pilot house the Government will notify the Contractor of the intent to start the process to load the pilot/deck house onto the Contractor supplied barge.� The Contractor shall secure the pilot/deck house to the barge and provide all the required supplies and equipment for securing the pilot/deck house to the barge.� Once the pilot house is secured onto the barge, the barge will be transported via waterway no more than 5 river miles of Mississippi River Mile 725 to an awaiting Contractor supplied crane. The Government will transport and secure the Currituck vessel at the Contractor designated dock. All lifts and transport vehicles shall be capable of mobilizing withing 10 miles of the US Army Corps of Engineers Ensley Yard at McKellar Lake. The Contractor shall be responsible for obtaining all applicable permits required for moving wide and oversized loads. With the CURRITUCK safely moored next to the Contractor supplied crane, the Contractor will lower the pilot house onto the CURRRITUCK while Government employees oversee the attaching of the pilot house. Government will transport it back to EEY.� The period of performance is 11 July 2022 � 31 July 2022 The point of contact for this action is Contracting Specialist, Terri Adams, who can be reached at terri.m.adams@usace.army.mil and Contracting Officer, Gregory M. Graham, who can be reached at gregory.m.graham@usace.army.mil. Interested parties may express their interest and provide a capabilities statement NLT 05 July 2022 at 4:00 PM EST. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/932d14a3312c4745b67b13448da495b9/view)
- Place of Performance
- Address: Memphis, TN 38109, USA
- Zip Code: 38109
- Country: USA
- Zip Code: 38109
- Record
- SN06362009-F 20220619/220617230106 (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 |