Northwestern Division Crane MATOC

expired opportunity(Expired)
From: Federal Government(Federal)
W912EF24RSS20

Basic Details

started - 01 Apr, 2024 (29 days ago)

Start Date

01 Apr, 2024 (29 days ago)
due - 30 Apr, 2024 (Yesterday)

Due Date

30 Apr, 2024 (Yesterday)
Bid Notification

Type

Bid Notification
W912EF24RSS20

Identifier

W912EF24RSS20
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710166)DEPT OF THE ARMY (133270)USACE (38182)NWD (6945)US ARMY ENGINEER DISTRICT WALLA WAL (1157)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The US Army Corps of Engineers, Walla Walla District is seeking interested offerors for a construction project entitled: Northwestern Division Crane Multiple-Award Task Order Contract (MATOC). This will be a firm-fixed-price Multiple Award Task Order Contract. The North American Industry Classification System (NAICS) code for this project is 238290 – Other Building Equipment Contractors. The Government anticipates awarding total MATOC capacity of $430M.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 MATOC. Interested contractors, including large and small business-led teams, are hereby invited to
submit a response to the notice to demonstrate their technical, managerial, and business capability per the requested scope. THIS SOURCES SOUGHT 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 replacement of various types of crane and hoist equipment at federal facilities. Project locations are within the states of Kansas, Missouri, Nebraska, Colorado, Montana, North Dakota, South Dakota, Iowa, Idaho, Oregon, Washington, and Wyoming. The equipment MAY 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)Derrick Cranes (typical capacity may range from 10 tons to 200 tons)Pedestal Cranes (typical capacity may range from 10 tons to 200 tons)Fixed Base Hoists (typical capacity may range from 10 tons to 400 tons)Individual task orders contemplated for this work may be issued as either Design-Build (DB) or Design-Bid-Build (DBB).The scope of work may include incidental services such as hazardous material removal, painting, final inspections and testing services, and classification/marking of final product and lifting beam evaluation, repairs, load rating, and load testing. Magnitude of Construction for the anticipated task orders may range from:Between $1,000,000 and $5,000,000Between $5,000,000 and $10,000,000Between 10,000,000 and $25,000,000Between $25,000,000 and $100,000,000All 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 3:00 PM Pacific Time on 30 April 2024. Any information submitted is voluntary.1. Interested firms having the capabilities necessary to meet or exceed all aspects of NAICS Code 238290 (size standard of $22.0 Million Dollars over 3 Fiscal years) 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:Name and address of the company.Company’s business size status (i.e. OTSB, SB, SDB. WOSB, VOSB, SDVOSB, HUBZone, 8(a)).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.List of all NAICS codes your firm is registered under.3. Interested contractors should submit 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 new equipment is preferred, showing broadest scope of capabilities. Each project example should contain the following: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.If documentation does not demonstrate all the crane types above, indicated if the company has experience with all the crane types.If the company does not feel comfortable with designing or building any of the crane types, please indicate. 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:Would your firm be interested in submitting a proposal considering the anticipated scope of services? If not, why?Does your firm have the capacity over the next 3-6 years to accept task orders? For each year provide capacity in dollar value of task orders per year and number of task orders per year?Would your firm be interested and capable of performing services for projects located within the states in the above scope of work? If not, which states is your firm not interested in?What is your firm’s Project bonding capacity? Aggregate bonding capacity?What is the minimum and maximum dollar value project which your firm would routinely consider submitting a proposal for?What do you consider are the most critical criteria that would distinguish one company’s capabilities from/over another? Explain.How many task orders/projects does your firm routinely perform and manage concurrently?Does your firm have any other comments or suggestions that you would like to share with the Government?Would your firm be interested in submitting a proposal considering a requirement for a Project Labor Agreement?

USALocation

Place Of Performance : N/A

Country : United States

Office Address : KO CONTRACTING DIVISION 201 NORTH 3RD AVE WALLA WALLA , WA 99362-1876 USA

Country : United StatesState : WashingtonCity : Walla Walla

Classification

naicsCode 238290Other Building Equipment Contractors
pscCode Z2KAREPAIR OR ALTERATION OF DAMS