Provide and install a twenty (20) Ton Runway Gantry Crane and Column Mounted Jib Cranes
This is a Sources Sought Notice; not a pre-solicitation notice or solicitation for quotations or proposals. Pursuant to FAR Part 10 Market Research, the purpose of this notice is to: (1) Determine if ... This is a Sources Sought Notice; not a pre-solicitation notice or solicitation for quotations or proposals. Pursuant to FAR Part 10 Market Research, the purpose of this notice is to: (1) Determine if sources capable of satisfying the agency's requirements exists, (2) Determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) Determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 (Competition Requirements) and FAR Part 19 (Small Business Programs), competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. The U .S. Coast Guard (USCG), Surface Forces Logistics Center (SFLC), Shared Services Procurement (SSP), Baltimore, MD is conducting market research to identify sources capable to provide and install twenty (20) Ton Runway Gantry Crane and nine (9) Column Mounted Jib Cranes. Scope of Work: Crane Design type: 20 Ton, Top Running Single Girder Crane Span: 50 feet (to be verified upon sight visit) Hoist Speed: Two Speed 18/4.5 feet/min Trolley speed: Two speed 50/17 feet/min Bridge speed: 100 feet/min (Variable frequency drive) Hoist lift: 20 feet on hoist Hoist Limit Switches: Limit upper and lower, over capacity, and hoist block Voltage: 460V/3phase/60Hz CMAA Class: D Control Enclosure: NEMA Other: include trolley and bridge bumpers Operation: Radio controlled /wireless w/ traveling station Environment: indoors Color: Yellow Include: all drawings and manuals Equipment Description 20 ton railway Capacity: 20 Tons Runway length: 200 feet Runway span: 50 feet Design: Free standing Support columns: 22 total spaced on 20' / 11 each side Support columns: Designed to support 1.5 Ton Jib Cranes Crane Rail: 40# ASCE Support Column design: fabricated structural steel Runway electrification: Four (4) bar / dedicated ground Footers: Required, installed by Contractor Footer design: Designed by Contractor/Approved by Coast Guard Footer install Provided by Coast Guard Paint: Yellow Equipment Description/ 1.5 Ton Column Mounted Jib Crane Manufacture: Contractors Choice Capacity: 1.5 Ton Crane Span: 10' Rotation: 180 degrees Rotation stops: included Tag line: included End stops: included Hoist Manufacture: Contractors Choice Hoist Design: Air operated Chain hoist Hoist speed: 7 Feet/min Hoist control: 2 lever pendant Chain containers: included Trolley operation: Manual push/pull, with chain gear The North American Industrial Classification System (NAICS) code is 333923 Cranes, Overhead Traveling, Manufacturing. Period of Performance: The specific delivery schedule to be determined. Place of Performance: U.S. Coast Guard Yard, 2401 Hawkins Point Road, Baltimore, MD 21226 SUBMISSION OF INFORMATION: If you intend to submit information/documentation on this Sources Sought Notice, please respond by mail or email and send attention to Ronald Almond at U.S. Coast Guard, Surface Forces Logistics Center, Contracting & Procurement Division 3, (SSP), 2401 Hawkins Point Road - M/S 25, Baltimore, MD 21226 or ronald.almond@uscg.mil. E-mail submission is preferred. It is the responsibility of the vendor to ensure delivery of their information. Please submit your information by 12:00 p.m. Eastern Standard Time (EST) on 23 May 2019. The following information/documentation must be included in your response: (1). Name of Company, Address and DUNS Number (2). Point of Contact and Phone Number (3). Business Size applicable to the NAICS Code: a. 8(a) Small Business Concern; b. HubZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. Economically Disadvantaged Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern (4). Documentation Verifying Small Business Certification (5). Statement: Statement on how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. (6). Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant. SAM: Interested parties should register in the System for Award Management (SAM), as prescribed in FAR 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1 (866) 606-8220. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Quotation or a Request for Proposals. It is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered as a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, do not request a copy of the solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »