LRN (Replace, Rehab, Repair) Crane MATOC
W912P523R0004 – LRN (Replace, Rehab, and Repair (R3)) Crane MATOC This is a Pre-solicitation Notice. This Notice is being issued for planning and informational purposes only. This notice is not a soli... W912P523R0004 – LRN (Replace, Rehab, and Repair (R3)) Crane MATOC This is a Pre-solicitation Notice. This Notice is being issued for planning and informational purposes only. This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this Notice. The Scope of Work for this requirement will be available upon solicitation issuance. Project Description: The Nashville District U.S. Army Corps of Engineers (USACE) anticipates a requirement for a firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for civil works construction services including crane replacement, rehabilitation, and repairs within the Nashville District Mission Boundaries. This MATOC will also be available for use at Government Facilities and installations located anywhere within the geographical boundaries of the Great Lakes and Ohio River Division if MATOC capacity allows. To see a map of the Great Lakes and Ohio River Division, copy " lrd.usace.army.mil/Locations/ " into web brower. Type of Set-Aside: This procurement is an unrestricted MATOC with a target of six (6) sources, which includes a small business set-aside reserve with a target of three (3) sources. The general scope of work to be performed by the Crane IDIQ MATOC will typically include repairs, rehabilitation, and replacements of existing cranes and hoist equipment at USACE projects. The primary types of various cranes and equipment with large tonnage capacities are at USACE operated hydropower, navigation, and flood risk management facilities. Most of the work includes, but is not limited to, the following equipment: • Bridge Cranes (typical capacity may range from 75 tons to 600 tons) • Overhead Gantry Cranes (typical capacity may range from 15 tons to 480 tons) • Underhung Monorail Cranes (typical capacity may range from 5 tons to 25 tons) • Below-the-hook lifting devices Other types of cranes and equipment may include, but not limited to: • Navigation Facility Cranes • Floating and Floating Derrick Cranes (typical capacity may range from 10 tons to 550 tons) • Base/Wall Mounted Jib Hoists/Booms 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, but not limited to, 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, etc. Work may also include, but not limited to, the following incidental services: hazardous material removal to include abatement of asbestos of lead, painting, final inspection, and testing services, and classification/marking of the final product, lifting beam analysis, and load testing. Basic contract data for the IDIQ-MATOC contract is as follows: • This procurement is an unrestricted MATOC with a target of six (6) sources, which includes a small business set-aside reserve with a target of three (3) sources. • The magnitude of the resulting award(s) will be a shared Not-to-Exceed capacity of $95,000,000. • The MATOCs will be awarded for a three (3) year base period and two (2) option year periods. • The minimum guaranteed contract amount is $10,000. • The minimum and maximum values for a single Task Order are $100,000 and $25,000,000 dollars, respectively. • Liquidated damages amount will be provided with each individual task order. • Wage Determinations will be provided with each individual task order Source Selection Procedures: The Government will utilize the source selection procedures in FAR Part 15 (Contracting by Negotiation) under the Best Value continuum. The Best Value Trade-Off (BVTO) process identified in FAR Part 15.101 has been identified as the preferred method for procuring the MATOC. The Source Selection Evaluation Board (SSEB) will evaluate the offeror’s technical proposal including other non-priced factors strictly based on the announced criteria and their stated order of importance. The selection criteria for this particular procurement will be stated in the Solicitation. For award of future task orders for emergency repairs or work of low-to-medium complexity, the Government expects to base award on low price. However, the Government reserves the right to use BVTO for any or all task orders under this MATOC. A seed task order project, “Task Order 0001 – Old Hickory Intake Crane” will be awarded as a result of this solicitation. The seed project “Task Order 0001, Old Hickory Intake Crane”, to include the statement of work, plans and specifications will be included in this single-phase solicitation. Offerors are required to submit a proposal for all evaluation factors for the seed project in order to be considered for the MATOC pool. The base MATOC and seed project “Task Order 0001 – Old Hickory Intake Crane” will be awarded and administered (e.g., issuing modifications, etc.) by the Nashville District Corps of Engineers Contracting Office, 110 Ninth Avenue South, P.O. Box 1070, Nashville, TN 37202-1070. SEED PROJECT MAGNITUDE: Disclosure of magnitude of the seed project “Task Order 0001 – Old Hickory Intake Crane” is between $10,000,000.00 and $25,000,000.00. The MATOC pool will be awarded to the offerors whose proposals are most advantageous to the Government based upon an integrated assessment of the evaluation factors and described in the Solicitation. ANTICIPATED PERIOD OF PERFORMANCE: Period of base contract is three (3) years. Two (2) option year periods will be available based on capacity availability at the end of the base contract term and then subsequently after the first option year, if exercised. NAICS CODE AND SBA SIZE STANDARD: NAICS code 333923 Overhead Traveling Crane, Hoist and Monorail System, with a small business size standard of 1250 employees. SOLICITATION AND CONTRACT TYPE: It is anticipated that from the RFP Solicitation, the Government will award a target of six (6) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for civil works construction services to companies whose proposals are most advantageous to the Government based upon an integrated assessment of the evaluation factors and subfactors described within the solicitation. ANTICIPATED SOLICITATION RELEASE DATE: The anticipated release date for this solicitation is June 2023. SITE VISIT for Seed project “Task Order 0001 – Old Hickory Intake Crane: Anticipated to be scheduled the week of June 12, 2023. Requirements to Attend the Site Visit: REGISTRATION: Only registered persons will be permitted to attend the site visit. In addition to the information below, please also provide your firm’s name, firm’s CAGE and/or Unique Entity Identifier (known as DUNS) number, and name and position title of primary point-of-contact and their telephone number and email address. Only two (2) individuals from each business entity will be permitted to attend. U.S. CITIZENS: To register, U.S. citizens interested in attending the site visit shall submit a Nashville District Corps of Engineers (LRN) U.S. Citizen Security Access Form to the LRN Point of Contacts (POCs), Contract Specialist, Cierra Vega and Contracting Officer, JW Purcell no later than five (5) business days prior to the site visit. If submitting the document in less than five business (5) days prior, the person may not receive approval for participation. Notification of approval or denial will be provided prior to the date of the site visit. The form and guidance is available as a pdf attachment on http://sam.gov with this pre-solicitation and is titled “U.S. Citizen Security Access Form”. FOREIGN NATIONALS (FNs): All non-U.S. Citizens, including permanent residents wishing to attend the site visit must be approved in advance. FNs wishing to attend a site visit shall submit a completed Nashville District Corps of Engineers Foreign National Security Access Form and legible color copies of two (2) of the following documents: Passport (unexpired or expired), Certificate of U.S. Citizenship (INS Form N-560 04 N-561), Certificate of Naturalization (INS Form N-550 or N-570), unexpired foreign Passport with I-551 stamp or attached INS Form I- 94 indicating unexpired employment authorization, an Alien Registration Receipt Card with photo (INS Form I-151 or I-551), unexpired Temporary Resident Card (INS Form I-688), unexpired Employment Authorization Card (INS Form I- 688A), unexpired Reentry Permit (INS Form I-327), unexpired Refugee Travel Document (INS Form I-571), or unexpired Employment Authorization Documentation issued by the INS which contains a photograph (INS Form I-688B) to the LRN POCs. These documents must be submitted two (2) weeks prior to the site visit. FN requests require approval at the Headquarters U.S. Army Corps of Engineers (HQ USACE) level. Exceptions will be considered on a case-by-case basis but will be limited. The form is available as a pdf attachment on www.sam.gov with this pre-solicitation and is titled “Foreign National Security Access Form”. LRN POCs for Registration: For questions and/or concerns regarding the Site Visit, please contact Cierra Vega at Cierra.R.Vega@usace.army.mil. Please submit all site visit request forms to Cierra Vega at Cierra.R.Vega@usace.army.mil and JW Purcell at James.W.Purcell@usace.army.mil.When submitting your site visit request form, please put “W912P523R0004 - (Foreign National or U.S. Citizen) Request Form-(Your Company Name)” in the subject line of the email. Please edit the information in parenthesis to match the request form you submit and your company name. SITE VISIT for all other task orders after “Task Order 0001 – Old Hickory Intake Crane” will be determined per task order RFP issuance. SYSTEM FOR AWARD MANAGEMENT (SAM): In accordance with FAR 52.204-7, System for Award Management, registration is required in the System for Award Management (SAM) database located at www.sam.gov. More specifically, "An Offeror is required to be registered in SAM when submitting an offer or proposal, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation." 8/15/22, 3:33 PM SAM.gov https://sam.gov/opp/8607d02a90bc4fc9a73bd225c3f8da44/view 5/7 (See FAR 52.204-7(b)(1)). For SAM Customer Service, contact: Federal Service Desk URL: www.fsd.gov Hours: 8am - 8pm (Eastern Time) US Calls: 866-606-8220 International Calls: 334-206-7828 DSN: 866-606-8220 *Currently SAM.gov is taking longer than usual (several weeks) to reactivate and register entities. PLEASE ensure your sam.gov registration is ACTIVE. Awards can only be made to active sam.gov entities. POINT-OF-CONTACT FOR QUESTIONS: Any communications regarding this procurement before award must be made in writing to the Contracting Division, Attn: Cierra Vega, Cierra.R.Vega@usace.army.mil. Inquiries must identify the solicitation number, the requestor’s company name, address, email address, and telephone number to include area code. NOTE: Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »
LRN Crane MATOC
LRN Crane MATOC Sources Sought The US Army Corps of Engineers, Nashville District is seeking interested offerors for a construction project entitled: Nashville District Crane Multiple Award Task Order... LRN Crane MATOC Sources Sought The US Army Corps of Engineers, Nashville District is seeking interested offerors for a construction project entitled: Nashville District Crane Multiple Award Task Order Contract (MATOC). This will be a firm-fixed-price Multiple Award Task Order Contract. Construction magnitude is estimated between $25,000,000 and $100,000,000, and 100% performance and payment bonds will be required. The North American Industry Classification System (NAICS) code for this project is 333923 Overhead Traveling Crane, Hoist and Monorail Systems Manufacturing. This sources-sought announcement is a tool to identify businesses with the interest in and capability to accomplish the work. Please respond only if you intend to propose on this project when it is solicited in the future. This is not a solicitation. This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to perform the work through a potential Multiple Award Task Order Contract. Interested contractors, including large and small business-led teams, are hereby invited to submit a response to the synopsis to demonstrate their technical, managerial, and business capability provide the requested scope. THIS SOURCES SOUGHT SYNOPSIS DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. All interested, capable, qualified, and responsive contractors are encouraged to reply to this market survey request. Summary of Scope of Work: The general scope of work will be for the rehabilitation of existing and construction of new cranes and hoist equipment at federal facilities. Project locations are within the Nashville District Area of Responsibility. The equipment will include but is not limited to the following: • Overhead Bridge Cranes (typical capacity may range from 15 tons to 600 tons) • Gantry Cranes (typical capacity may range from 15 tons to 480 tons) • Underhung Monorail Cranes (typical capacity may range from 5 tons to 15 tons) • Below-the-hook lifting devices • Base/wall mounted jib hoists/booms The scope of work may include incidental services such as hazardous material removal (to include possible abatement (asbestos and lead paint)), painting, final inspections, testing services, classification/marking of final product, lifting beam analysis, and load testing. Task orders under the MATOC will fall under the following magnitudes with 100 % performance and payment bonding required for construction efforts: Between $1,000,000 and $5,000,000 Between $5,000,000 and $10,000,000 Between $10,000,000 and $25,000,000 All work must be performed within USACE guidance and in accordance with local, State and Federal requirements. Submissions: Capabilities package/response submittal must be received no later than Monday, 23 January 2023 at 10:00 AM Central Time. Any information submitted is voluntary. 1. Interested firms having the capabilities necessary to meet or exceed all aspects of NAICS Code 333923, size standard of 1,250 employees and that can support the above scope of work should submit a capabilities package. 2. A cover letter provided for the capabilities package should include: a. Name and address of the company. b. Company’s business size status (i.e. OTSB, SB, SDB. WOSB, VOSB, SDVOSB, HUBZone, 8(a)). c. A point of contact to include phone number and email address. In addition, please provide affiliate information: Parent company, joint venture partners, and potential teaming partners. 3. Interested contractors should submit a list of all NAICS codes your firm is registered under. Provide at least three (3) project examples that were completed within the last ten (10) years which demonstrate the above scope of work. Submission of project examples on the larger capacity equipment is preferred, showing broadest scope capabilities. Each project example should contain the following: a. Contract number, organization/agency supported, contract value, list/scope of work, whether your firm was the prime contractor or subcontractor, percentage of work performed by your firm, and NAICS code associated with the project. b. If documentation does not demonstrate all the crane types above, indicated if the company has experience with all the crane types, and if the company does not feel comfortable with designing or building any of the crane types, please indicate. c. A brief description/narrative of how the project example relates to the services described herein. 4. In addition to the above, the Government requests comments from interested parties to the following questions: a. Is your firm able to perform both rehabilitation and crane installation? b. Would your firm be interested in submitting a proposal considering the anticipated scope of services? If not, why? c. Would your firm be interested and capable of performing services for projects located within the entire Nashville District area of responsibility (see the website for Nashville District AoR Nashville District > Missions > Regulatory > District Boundaries (army.mil))? If not, which states is your firm not interested in? d. Would your firm be interested, have the equipment, capacity, and capability to service other districts if this MATOC were to be opened for regional use? Particular to Nashville District Area of Responsibility, Pittsburgh District Area of Responsibility, Louisville District Area of Responsibility and Huntington District Area of Responsibility? e. What is your firm’s Project bonding capacity? Aggregate bonding capacity? f. What is the minimum and maximum dollar value project which your firm would routinely consider submitting a proposal for? g. What do you consider are the most critical criteria that would distinguish one company’s capabilities from/over another? Explain. h. How many task orders/projects does your firm routinely perform and manage concurrently? Does your firm have the capability to do both crane repairs and replacements for the types of cranes and tonnage listed in the Summary of Scope of Work above? i. Will your firm submit a proposal if abatement (to include asbestos and lead paint) is incorporated into this project’s solicitation? j. Does your firm have any other comments or suggestions that you would like to share with the Government?
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »