SOLICITATION NOTICE
W -- Smithland Lock Rough Terrain Crane Rental with Operators
- Notice Date
- 6/4/2024 5:33:38 AM
- Notice Type
- Solicitation
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR24Q0051
- Response Due
- 6/19/2024 7:00:00 AM
- Archive Date
- 07/04/2024
- Point of Contact
- LaDonna Haug, Phone: 5023156196
- E-Mail Address
-
ladonna.j.haug@usace.army.mil
(ladonna.j.haug@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Contractor shall provide crane(s) as detailed in the bid schedule for use by the Army Corps of Engineers for the Smithland Lock Major Maintenance Project on the Ohio River in Brookport, IL.� Specifically,� One (1) rough terrain crane with a minimum capacity of 130 tons. Cranes shall have a minimum boom length of 155�. Crane footprint with outriggers fully extended shall not exceed 29�. The main hoist shall be equipped with a 130 ton hook block. The auxiliary hoist shall be equipped with a minimum 10 ton headache ball.� Age of crane shall not exceed 10 years. One (1) rough terrain crane with a minimum capacity of 65 tons. Cranes shall have a minimum boom length of 110�. Crane footprint with outriggers fully extended shall not exceed 24�. The main hoist shall be equipped with a 65 ton hook block. The auxiliary hoist shall be equipped with a minimum 5 ton headache ball.� Age of crane shall not exceed 10 years. One (1) rough terrain crane with a minimum capacity of 50 tons. Cranes shall have a minimum boom length of 110�. Crane footprint with outriggers fully extended shall not exceed 24�. The main hoist shall be equipped with a 50 ton hook block. The auxiliary hoist shall be equipped with a minimum 5 ton headache ball.� Age of crane shall not exceed 10 years. All cranes� main and auxiliary hoists shall have enough wire to lower a load eighty (80) feet below the elevation of the crane�s outriggers, rigged for full capacity at each radius and maintain three wraps of wire rope on the drum. All cranes� rigging (wire rope, hooks, block, etc.) shall be sufficient to lift their maximum load rating capacities.� Extendable jib booms and fly extensions will be removed prior to delivery.�� Cranes shall be fully capable of performing personnel lifts.� Cranes must have engineered lift plans available and shall come with all rigging necessary to hoist them into position on the lock walls as per their manufacturer�s specification.� The 130 ton and 65 ton crane rentals shall be supplied with an operator(s) licensed and familiar with the equipment. The 50 ton crane rental shall be supplied as equipment only; crane will generally be operated by USACE operators with support as needed from the operators supplied by the contractor. The Contractor shall provide arrangements to initially deliver the equipment and to pick up the equipment when finished. All materials, equipment, and parts comprising the rental units herein, shall be in good working order, free from all defects or imperfections effecting performance. The government shall have the right to extend the rental period for any equipment rented under this contract and will only be charged for the additional days used. The government may also end the contract early if work is completed ahead of schedule. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price(FFP) contract. The North American Industrial Classification System Code(NAICS) for this effort is 532412. The Business Size Standard is $40M. TYPE OF SET-ASIDE: This acquisition will be 100% Small Business Set Aside. SOLICITATION WEBSITE: The official solicitation will be available free of charge by electronic posting only and may be found at sam.gov website,https://sam.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project,contractors are required to register at the.sam.gov website at https://sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, LaDonna Haug, at Ladonna.J.Haug@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d258b83e03784e6ca556fe7b3d70a6df/view)
- Place of Performance
- Address: Brookport, IL 62910, USA
- Zip Code: 62910
- Country: USA
- Zip Code: 62910
- Record
- SN07085363-F 20240606/240604230116 (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 |