Crane (MATOC)
1. Action Code: This is a Pre-Solicitation notice. 2. Date: 4 May 2020 3. Contracting Office Address: USACE CEST-CT-E 2488 E. 81st Street Tulsa, Oklahoma 74137-4290 4. Classification Code: Y – Constru... 1. Action Code: This is a Pre-Solicitation notice. 2. Date: 4 May 2020 3. Contracting Office Address: USACE CEST-CT-E 2488 E. 81st Street Tulsa, Oklahoma 74137-4290 4. Classification Code: Y – Construction of Structures and Facilities 5. Subject Title: Crane (MATOC) 6. Solicitation Number: W912BV20R0016 7. Contact(s) Points: Name Shawn Brady Rudolfo J. Morales Jr. Phone 918-669-7670 918-669-7275 Email shawn.brady@usace.army.mil rudolfo.morales@usace.army.mil 8. Important: This notice does not constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to provide the pre-solicitation notice required by FAR 5.2- Synopsis of Proposed Contract Actions in preparation for release of the Request for Proposal (RFP) at a later date. 9. Description: The RFP for Phase 1 of this two (2) phase project is expected to be issued on or about the end of February 2020. The Proposal due date is planned, on or about, March 2020. The North American Industry Code Standard (NAICS) is 333923– Definition: Overhead Traveling Crane, Hoist, and Monorail System, and the size standard is 500. The planned procurement method is contracting by negotiation. The solicitation utilizes source selection procedures, which require Offerors to submit, in Phase 1 a non-price proposal that includes Specialized Experience, Past Performance, and an Organization and Technical Approach. Phase 2 will be issued only to the most highly qualified proposals selected by Source Selection Authority based on the rating received in Phase 1. The resulting contract is planned to be a firm-fixed price (FFP) contract for the work described in the Statement of Work which will be provided with the solicitation. This is a two-phase competitive bid solicitation for a firm, fixed-price contract. It will be awarded using the Best Value Trade-Off process. The Government intends to award up to five (5) firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order (MATOC) contracts to responsible Offerors whose proposal the Source Selection Authority determines conform to the solicitation, is fair and reasonable. 10. Place of Contract Performance: The preponderance of the work to be placed under this contract is expected to be performed at various Hydropower and Civil Works projects within SWD and SWPA 6 boundaries for Tulsa, Kansas City, Vicksburg, and St Louis District customers within Kansas, Arkansas, Missouri, Mississippi, Oklahoma, and Texas. 11. Set Aside Status: This is a 100% set-aside for Small Business. 12. Additional Details: THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY. NO HARD COPIES WILL BE PROVIDED. Offerors can view and/or download the RFP and attachments at https://www.fbo.gov (FBO) when the RFP is posted. Interested parties can register under the Interested Vendors List at FBO. This will be the only method of amendment distribution; therefore, it is the OFFERORS’ RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective Offerors MUST register themselves on the website. Prospective Offerors must also be registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM in order to participate in this procurement. 13. “Disclosure of the Magnitude of Construction Projects” In Accordance with FAR 36-204 and DFARS 236.204, the Construction Cost magnitude for this project is more than $10,000,000.00 which includes all design, non-design, and construction cost for the total contract award. Offerors are under no obligation to approach the maximum cost magnitude given above. 14. Period of Performance (POP): The POP for this IDIQ will be 3 years and 2 option years from date of award. 15. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »
Cranes MATOC
SOURCES SOUGHT SYNOPSIS For Crane MATOC This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOS... SOURCES SOUGHT SYNOPSIS For Crane MATOC This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents may or may not be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers - Tulsa District is conducting market research to identify sources capable for Design Build/Design Bid Build, Multiple Award Indefinite Delivery / Indefinite Quantity Contract (MATOC IDIQ) for construction services of various Civil Works projects within Southwestern Division (SWD) boundaries for Tulsa District customer within Kanas, Oklahoma, and Texas region covered by the geographic region included in the SWD boundaries. The work will include rehabilitation and replacement of cranes, hoists and lifting devices at locks and dams. The type of set-aside decision, to be issued, will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, both Large Businesses and the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB). The 333923 NAICS code is not available for set-aside to ED/WOSB however ED/WOSB businesses are encouraged to submit as a Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Interested Small business, Section 8(a), HUBZone, SDVOSB and ED/WOSB and Large businesses are highly encouraged to participate. This Sources Sought Notice is a competitive, construction services acquisition. USACE is encouraging responses from all qualified Large & Small business sources capable of providing these services. The Government intends to award up to five (5) firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order (MATOC) contracts to responsible Offerors whose proposal the Source Selection Authority determines conform to the solicitation, is fair and reasonable, and offers the best overall value to the Government should a solicitation be issued. The NAICS for this project is anticipated to be 333923 "Machinery Manufacturing" which has a small business size standard of 1,250 employees. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting, that at least 15 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The Tulsa District has the following requirements: Work will include rehabilitation and replacement of cranes, hoists and lifting devices at locks and dams. Work will be performed on Overhead Bridge Cranes, Gantry Cranes, Underhung Monorail Cranes, Navigation Cranes, Derrick Cranes, fishery cranes, below-the-hook devices, and base/wall mounted jib hoists/booms. Tormented Task orders may be Design-Bid-Build or Design-Build in which the contractor is required to act as the Engineer of Record for the design and construction services. (See ER 1110-1-12, Paragraph 8-2). Design- Bid-Build task orders may be performance based or prescriptive performance based and include plans and specifications detailing the performance metrics of the rehabilitation or replacement, which the Contract may be required to provide manufacturing, installation, testing, training submittals for approval, and incidental design. Rehabilitation and replacement efforts may include some or all of the following: design, manufacturing, fabrication, supply, installation, testing, and certification. Logistic support of individual tasks will include spares determination and inclusion and statements of intended availability of spare parts by the original equipment manufacturer. Rehabilitation work may consist of construction, repairing, replacing, and/or upgrading worn components of crane systems to make the equipment fully functional for support of mission requirements. Components may include lifting beams and/or lifting devices, hoist machinery such as wire rope drums, speed reducers and open gearing, load brake systems, motors, brakes, wire rope, load blocks, load indicating systems (load cells), structural repairs, crane rails, crane access/egress and safety upgrades, operator cabs, painting, control systems (including variable frequency drives (VFDs) and programmable logic controllers (PLCs)), warning/alarm systems, electrical systems, rail feeders. Rehabilitation and replacement crane work may require analysis, design, and documentation of requirements, stability, capacity uprating, loads tests, supporting and securing structures, and crane components by registered engineers. Activities may include lead based paint, asbestos, and other hazardous material removal; painting; final inspections and testing services; and classification/ marking of final product. Work areas may be difficult to access, requiring entrance of confined spaces, traffic control, construction of scaffolding, or facilitation access by crane/lift. Task orders may include supply type activities; however, all task orders will have construction related activities. The preponderance of the work for the base Multiple Award Task Order Contract (MATOC) will be construction per FAR Part 36. Some tasks may include engineering work for planning or project development without a corresponding requirement for equipment restoration or procurement. The purpose of the above information is to afford potential companies/vendors with a realistic view of required services that are expected. Should USACE decide to issue a solicitation, the actual SOW/PWS will be included in the solicitation. Additionally, USACE would like to know if your organization can also meet the requirements under NACIS 333923, (Overhead Traveling Crane, Hoist and Monorail System Manufacturing) small business size standard of 1,250 Employees. Product Service Code: Z2KA. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Anticipated solicitation issuance date is to be determined, and the estimated proposal due date is also to be determined. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov. EXPERIENCE / CAPABILITIES STATEMENT CRITERIA: Interested companies/vendors are invited to submit a brief Statement of Capability (SOC) (no more than 5 pages). Please follow the following name convention: Contractor's name: SS: W912BV-19-X-XXXX. This documentation shall address, as a minimum, the following: 1) Company Profile Cover Letter to include the company name, address, point(s) of contact, telephone number, email address, business classification, DUNS number, and Cage Code. 2) Relevant experience within the last five years demonstrating capability to perform the requested services. The company shall provide at least two (2) contracts, ongoing or completed, for like or similar services, held with the U.S. Army, other Government agencies or private industry. Include any contract number, Government/Agency or firm point of contact (POC) and current telephone number for the POC. The interested company/vendor must have served as either the prime contractor or a subcontractor (performing a substantial portion of the work described in this Sources Sought Notice). **Proof of System for Award Management (SAM) registration is required in your response. For example, providing a valid Commercial and Government Entity Code (CAGE Code) will allow USACE to verify your registration in the SAM system. The Contract Specialist will search the SAM database using the provided CAGE code, supplied by the vendor, to determine eligibility. Interested companies who are not currently registered in SAM but wish to compete for this award, must be fully registered by the time of award or risk your quote being declared as "Non-Responsive". USACE will not delay the award of a contract for a company not fully registered in the SAM system prior to the award date. To register in SAM, go to https://www.sam.gov and follow the instructions provided on their web site, this is a free service on their site** 1) The SOC must be submitted via email to shawn.brady@usace.army.mil. Responses must be received on or before, but no later than (NLT) 15 May, 2019 by 2:00 p.m. Central Standard Time (CST). When submitting your email response, the subject line must read Cranes MATOC Sources Sought. No other notification to firms for this project will be made. Questions concerning this Sources Sought should be e-mailed to the Contract Specialist, Mr. Shawn Brady at shawn.brady@usace.army.mil at 918-669-7670 or Mr. Bruce E. Hayes at bruce.e.hayes@usace.army.mil; phone number 918-669-7277. PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT WILL NOT BE ENTERTAINED. Email your Experience/Capabilities statement to shawn.brady@usace.army.mil. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. THIS SOURCES SOUGHT CLOSES ON 15 May 2019 at 2:00 PM CST. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, e-mail address, and business CAGE Code. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years: 4. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 5. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00PM (1400) CST, 15 May 2019. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to shawn.brady@usace.army.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »