SOURCES SOUGHT
39 -- New Heavy Lift Floating Crane
- Notice Date
- 11/6/2023 10:00:01 AM
- Notice Type
- Sources Sought
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
- ZIP Code
- 19103-0000
- Solicitation Number
- W912BU24X3489
- Response Due
- 11/24/2023 11:00:00 AM
- Archive Date
- 12/09/2023
- Point of Contact
- Michael J. Hunter, Brooke Patterson
- E-Mail Address
-
michael.j.hunter@usace.army.mil, brooke.l.patterson@usace.army.mil
(michael.j.hunter@usace.army.mil, brooke.l.patterson@usace.army.mil)
- Description
- This is a Sources Sought Notice and is for INFORMATION PURPOSES ONLY.� This IS NOT a REQUEST for PROPOSALS, QUOTATIONS, or BIDS.� Responses to this request will not be returned.� Not responding to this sources sought does not preclude participation in any future and potential solicitation.� It is the intent of the Contracting Office to use this information for market research purposes only.� The survey is being conducted to determine the interest of industry within NAICS code #333120 and establish that there are adequate Large and/or Small Business (HUBZONE 8(a) or Service Disabled Veteran Owned Small Business) contractors for providing a new heavy lift crane.� The Government WILL NOT pay for the provision of any information, nor will it compensate any respondents for the development of any such information.� If a formal solicitation is released, it will be via the SAM website at www.sam.gov. The Philadelphia District of the Corps of Engineers on behalf of the Marine Design Center intends to procure one heavy lift crane.� Upon completion of procurement, the crane will be mounted on a new construction barge to be used by the US Army Corps of Engineers Detroit District�s Sault Sainte Marie Project Office in support of its navigation maintenance mission. The Government is issuing this Request for Information (RFI) to identify resources available to fabricate, test, deliver, and direct installation of one complete heavy lift crane.� The heavy lift crane to be supplied shall be new with the following approximate characteristics: Designed and fabricated in compliance with the American Petroleum Institute � API Specification 2C � Offshore Pedestal-Mounted Cranes Designed and fabricated in compliance with the American Bureau of Shipping � ABS Guide for Certification of Lifting Appliances Third party review by ABS for compliance with API 2C and ABS Guide for Certification of Lifting Appliances The crane duty-cycle classification shall be �Construction Duty� The heavy lift crane supplied shall be installed on a new construction Corps floating crane barge with the approximate following particulars: Length:����������� ����������� 240 to 300 feet Beam:������������ ����������� 60 to 70 feet Molded Depth:����������� 12 to 14 feet � 0 inches The crane shall have a 170-foot boom and a boom tip extension.� The crane shall be provided with approximately 500,000 pounds of counterweight. With 3 degrees machine list (sidelead) and 5 degrees machine trim (offlead), the crane shall be rated at the following capacities: The crane shall be capable of lifting a minimum of 1,000,000 pounds at a radius of 50 feet with 12 parts of line. The crane shall be capable of lifting a minimum of 840,000 pounds at a radius of 50 feet with 10 parts of line. At a 170 foot radius, the crane shall be capable of lifting a minimum of 300,000 pounds with 10 parts of line. With 5 degrees machine list (sidelead) and 7 degrees machine trim (offlead), the crane shall be rated at the following capacities: The crane shall be capable of lifting a minimum of 840,000 pounds at a radius of 50 feet with 10 parts of line. At a 170 foot radius, the crane shall be capable of lifting a minimum of 300,000 pounds with 10 parts of line. The crane shall be provided with a multi part Auxiliary Line and block, with a minimum capability of lifting 90,000 pounds at all radii and a target desired capability of 150,000 pounds at all radii from minimum to maximum outreach of the crane. The crane shall be provided with a single part Whip (Fast) Line and overhaul ball capable of lifting 55,000 pounds at all radii.� The hoist and overhaul ball shall be certified for personnel lifting. As part of the crane procurement, the crane manufacturer shall: Testing and certification of the completed crane at the manufacturer�s facility Provide the kingpost or pedestal to mount the crane on a barge. Store the kingpost, crane, and all components until ready to be received at the shipyard. Delivery of the crane/components to the shipyard where the final barge outfitting is completed. Technical support and guidance for assembly of the crane on the barge, the integration of the crane to the barge, and the start-up of the crane after installation on the barge. Technical support and guidance for operational performance testing and trials of the barge. Product specific operator training to NCCCO lattice boom certified U.S. Army Corps of Engineers personnel in Sault Sainte Marie, MI after delivery. Product specific maintenance and repair training to U.S. Army Corps of Engineers personnel in Sault Sainte Marie, MI after delivery. There will be Liquidated Damages associated with this procurement. Bonding will be required. Contract duration is estimated at 725 calendar days. All interested Small Businesses, certified HUBZONE, 8A, Women-Owned Small Businesses, or Service-Disabled Veteran Owned Business contractors should respond to this survey by email on or before 24 November 2023 at 2:00PM EDT. Responses should include: Identification of the company�s small business status. Contractor�s Unique Identifier Number and CAGE Code(s). Documentation showing the firm�s current single and aggregate performance and payment bond limits. Descriptions of Experience � Interested crane manufacturers must provide no more than (3) example projects completed, or significantly completed (i.e. 95%) in the past 5 years where the interested firm served as the prime contractor.� Example projects must be of similar size and scope. Projects similar in size and scope to this project include: Past constructed ABS and API 2C compliant cranes. Identify past heavy lift cranes to include their respective capacities and lift radii. Cranes constructed for use in the marine industry. Based on the information above, for each project submitted, include: Current percentage of project completion and the date it was or will be completed. Scope of the project. Size of the project. The dollar value of the contract and whether it was design-bid build or design-build. The percentage of work that was self-performed. Identify the number of subcontractors utilized for each project. Each project must include the name, title, project role, e-mail address, and telephone number of each reference.� References may be used to verify project size, scope, dollar value, percentages, and quality of performance. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 50% of the cost of the contract with the firm�s own employees for a supply-type procurement.� Include the percentage of work that will be self performed on this project, and how it will be accomplished. 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. Responses should be submitted electronically via e-mail to: Michael Hunter Contract Specialist Michael.J.Hunter@usace.army.mil All responses shall be received on or before 24 November, 2023 at 2:00 PM EST
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b83d717d06ca47ffbf01bc6d3e21a2d2/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06877476-F 20231108/231106230133 (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 |