Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Bulldozer Repair, Craney Island Project for the U.S. Army Corps of Engineers (USACE) Civil Works Program at Portsmouth, Virginia

Process Number W91236-22-R-5007

USA

Dates:


Notice ID:

W91236-22-R-5007

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

W2SD ENDIST NORFOLK

Office:

W2SD ENDIST NORFOLK

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

dec 02, 2021 03:00 pm est

Inactive Policy:

15 days after response date

Original Inactive Date:

dec 17, 2021

Initiative:
  • None***--***

Classification:


Description:


Original Set Aside:

SOURCES SOUGHT W91236-22-R-5007: Bulldozer Repair, Craney Island Project for the U.S. Army Corps of Engineers (USACE) Civil Works Program at Portsmouth, Virginia This is a Sources Sought notice only; it is not a request for competitive proposals. There are no solicitation, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest and availability of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this sources sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this sources sought notice. ALL INTERESTED FIRMS SHOULD RESPOND TO THIS NOTICE NO MATTER WHAT BUSINESS SIZE UNDER THE NAICS CODE 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. Project Description: The Norfolk District, Army Corps of Engineers is conducting Market Research to identify potential Sources for repairs to two (2) bulldozers at the Craney Island project located at 4599 River Shore Rd, Portsmouth, VA 23703. The scope of work for this project includes the requirements for the repair of Cat D6NLGP and Case 1650M bulldozers for the Craney Island Dredged Material Management Area (CIDMMA). Repairs to the Cat D6 bulldozer include removal of the undercarriage, replacement of seals on track adjusters, replacement of telescoping sleeves, and replacement of left side track guide. Repairs to the Case 1650M bulldozer include removal and replacement of track adjusters. All work to be accomplished at contractor’s facility. The period of performance will be 90 calendar days from Notice to Proceed (NTP). The Contracting Officer has classified this requirement as Security System Repairs—North American Industry Classification System (NAICS) code 811310. The small business size standard is $8 million. Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this sources sought. All interested capable, qualified, and responsive contractors are encouraged to reply to this sources sought notice. It is anticipated that the Government will issue a firm fixed price contract. Interested contractors must furnish the following information: General Information Demonstrate experience in 1) Repair of CAT D6NLGP bulldozers; 2) repair of Case 1650M bulldozers: Criteria 1: Repair of CAT D6NLGP bulldozers: Bidder shall provide three examples of completed contracts performed in the last five years providing repair to CAT D6 bulldozers comparable to what will be required in this contract. Key aspects of the CAT D6 required include hauling the machine to the contractor’s facility, cleaning and inspecting the machine, removal/installation of the undercarriage, repair of the undercarriage (to include tracks, idlers, rollers, sprockets, wear strips, idler scrapers and mounting hardware), repair of track adjusters, repair of telescoping sleeves, and replacement of track guard. Criteria 2: Repair of Case 1650M bulldozers: Bidder shall provide three examples of completed contracts performed in the last five years providing repair to Case 1650M bulldozers comparable to what will be required in this contract. Key aspects of the Case 1650M required include hauling the machine to the contractor’s facility, cleaning and inspecting the machine, replacement of track adjusters, and replacement of tracks. These criteria are specific and objective standards established by an agency as a precondition to award which are designed to measure a prospective contractor’s ability to perform the contract. The Government anticipates that the prime contractor may subcontract portions of the work. Accordingly, the technical criteria may be met through the experience of a subcontractor provided that an unequivocal commitment of the subcontractor is provided in writing conditioned only on the prime contractor being awarded the contract. The Government encourages your comments and feedback on these technical criteria. It is anticipated that the Government will issue a firm fixed price contract. We are requesting that all interested and qualified Contractors respond to this sources sought notice with a capability statement not to exceed five (5) pages. At a minimum, the statement shall include: a. Offeror’s name, address, point of contact, phone number, and e-mail address. b. Indicate business size in relation to the NAICS code 811310. Provide your company’s Cage Code and DUNS number to verify your business status as a qualified small business (SB), Service- Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUB Zones), Qualified Section 8(a), Women-Owned or other small business. Contractors must be registered in the System for Award Management at the time of contract award. Please see https://sam.gov/content/home for additional registration information. c. Offeror’s interest in bidding on the solicitation when it is issued. d. Offeror’s capability to perform a contract of this magnitude and complexity (include offeror’s in- house capability to execute construction, comparable work performed within the past five (5) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project); provide at least 3 examples of 100% complete projects and provide a client POC for each. e. A statement of the portion, by percentage, of the work that will be self-performed on this project, and how it will be accomplished; include a statement of the number of subcontractors by discipline. f. Offeror’s Joint Venture information if applicable – existing and potential. g. Offeror’s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) h. Firm’s Point of Contact, to include daytime phone number, e-mail address, role in company. i. NAICS Code: Statement that NAICS 811310 is appropriate, or a proposed NAICS that your firm feels may be more applicable. Please identify NAICS and outline why it should be used. Please only include a narrative of the requested information. Additional information will not be reviewed. The official synopsis citing the solicitation number will be issued on the SAM website (https://sam.gov/content/home) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Since this is a Sources Sought announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals and will not accept telephone inquiries. Respondents shall submit capability statements electronically via email to the Contract Specialist, Dena Drye at Dena.S.Drye@usace.army.mil and copy the Contracting Officer, Eartha D. Garrett at Eartha. D.Garrett@usace.army.mil. The Capability Statement must be submitted no later than 3:00pm Eastern Daylight Time (EDT) on 02 December 2021. Limit sources sought response package to 5 pages. Email is the preferred method when receiving responses to this synopsis. This sources sought should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. All questions and correspondence shall be directed via email to Dena Drye at Dena S. Drye@usace.army.mil and copy Eartha D. Garrett at Eartha. D.Garrett@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED. All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. ions and Certifications Applications apply to this solicitation and may be completed online via the SAM.gov website.

Attachments / Links:


Document Size Updated date Download

Contact Information:


KO CONTRACTING OFFICE 803 FRONT STREET

NORFOLK , VA 23510-1096

USA

Primary Point of Contacts:

Dena Drye

Secondary Point of Contact:

Eartha Garrett