Crane Tenders
Crane Tenders
Offizielle Bezeichnung Landesbetrieb Bau Und Immobilien Hessen Niederlassung Mitte Zentrale Vergabe Tender
Civil And Construction...+1Others
Germany
Closing Date31 Jan 2025
Tender AmountRefer Documents
Description: Public tender Vob/a Demolition and dismantling work (din 18 459); Floor covering work (din 18 365); Screed work (din 18 353); Tiling and panel work (din 18 352); Scaffolding work (din 18 451); Painting and varnishing work - coatings (din 18 363); Bricklaying (din 18 330); Plastering and stucco work (din 18 350); Wallpapering (din 18 366); Drywall work (din 18 340); Carpentry and timber construction work (DIN 18 334); Demolition and dismantling work (DIN 18 459); Construction site equipment: Construction site equipment including mobile crane 1 piece; Construction fence, wire mesh with privacy net 250 m; Construction road + container parking areas, mineral mixture 200 m²; Lawn finishing care 350 m²; Work protection: 1-chamber lock 12 pieces; Partitioning, fiber-tight and stable 250 m²; Material airlock and personnel airlock; Scaffolding work: Facade/roof scaffolding, 2 kN/m², W06 2300 m²; Provision for scaffolding 78200 m²wo; Dismantling of contaminated building materials: Demolition of asbestos cement ventilation ducts 12 pieces; Demolition of asbestos-containing flexible panels + adhesive 215 m²; Demolition of KMF impact sound insulation, D=15mm 1250 m²; Demolition of PK-containing release paper 1100 m²; Demolition work: Demolition of tiles 750 m²; Demolition of PVC floor covering 900 m²; Demolition of cement screed 360 m²; Demolition of interior wall plaster 4200 m²; Demolition of ceiling plaster + reed mats 1590 m²; Demolition of interior doors + frames 95 pcs.; Shell work: Making / widening door openings 31 pcs.; Making masonry pillars 19 pcs.; Making foundations for external staircase 1 m³; Core drilling 138 pcs.; Roofing work: Installing line ventilators in interlocking tile roof 15 pcs.; Sun protection: Venetian blinds for windows 98 pcs.; Locksmith: External staircase 1 pc.; Adjusting balcony railings 15 pcs.; plastering work: lime cement ceiling plaster 462 m²; gypsum ceiling plaster 1250 m²; lime cement wall plaster 152 m²; gypsum wall plaster 1670 m²; screed work: quick cement screed, D= 40-45 mm 1230 m²; floor covering work: linoleum covering 1160 m²; drywall work: dry screed/rock wool insulation panels D= 100 mm 609 m²; plasterboard assembly walls 469 m²; plasterboard installation walls 116 m²; plasterboard sub-ceiling 832 m²; plasterboard suspended ceiling 340 m²; tiling and natural stone work: floor tiles 84 m²; wall tiles 53 m²; carpentry work: tea kitchens 2 pcs.; interior doors office doors 23 pcs.; Damp room doors 14 pieces; metalwork: aluminum frame doors 16 pieces; sheet steel doors including frames 11 pieces; painting work: glass fabric wallpaper + emulsion paint walls 2800 m²; coating suspended plasterboard ceilings 1171 m²; coating steel perimeter frames 44 pieces; coating sheet steel doors with frames 10 pieces; overhaul coatings walls + ceilings 940 m²; industrial floor coating epoxy resin 290 m²; building cleaning work: intermediate and final cleaning 1600 m²; locking system: BKS profile double cylinder 49 pieces; digital double knob cylinder 27 pieces; transponder 100 pieces; panic lock 34 pieces; access control smart relay 11 pieces, programming device + locking plan creation HLS + building automation: -1. And 2nd floor (the ground floor was already prepared in 2018): Dismantling of the complete sanitary installation from the equipment standard for apartments and equipping the building with sanitary facilities for an office building, consisting of dismantling 31 hand basins, 21 toilets/urinals, 12 shower trays and 6 bathtubs with vanity units, shower partitions and small parts, equipping the new toilet areas with 9 hand basins, 11 toilets, 2 urinals, 1 shower tray, 2 sinks, each with support frames, instantaneous water heaters and sanitary accessories and installations for two kitchen sinks, 150 m of PP+SML waste water pipes, 200 m of stainless steel drinking water pipes with press connections and thermal insulation, 16 fire extinguishers with wall boxes, dry riser with three feed-in and 15 extraction points with pipes. -approx. 40 new radiators with approx. 180 m of C-steel pipes. -12 fans for toilet exhaust air in accordance with DIN 18017-3 and one for battery room exhaust air with PPS pipes, four split air conditioning units. -Approx. 350 sprinkler heads, approx. 500 m of sprinkler pipes for a wet and a dry system, sprinkler distributor, a sprinkler station, nitrogen generator. -Building automation with simple monitoring tasks. Electrics: Installation cable NYM-J 3x2.5 mm² various. Installation types approx. 6,000 m, installation cable Nym-j 3x1.5 mm² approx. 3,500 m, cable halogen-free Nhxhx-j-fe180 up to 3x2.5 mm² approx. 2,000 m, installation cable E 30 up to 4x2x0.8 mm approx. 2,300 m, installation distributor 230 VI 250 A indoor installation wall mounting 8 pieces, circuit breaker 1-pole character b 16a 250 pieces, cable tray perforated steel strip galvanized H 60mm W up to 600 mm approx. 300 m, electrical installation duct device installation H/w 60/130mm plastic approx. 650 m, Bap-LED surface-mounted light 35W approx. 154 pieces, LED recessed downlight D=235mm, 16 W approx. 65 pcs., LED safety lights approx. 65 pcs., LED escape sign lights approx. 40 pcs., BMA signal generator optical flashing light approx. 100 pcs., loudspeaker for wall and ceiling mounting up to 2x6 W approx. 110 pcs., data cable Cat. 6a various installation types approx. 12,000 m, data connection box sym. Cat. 6a 2 ports approx. 170 pcs.
DEPT OF THE NAVY USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Announcement, A Market Survey For Written Information Only To Identify Potential Offerors For The Design Bid Build Construction Project, B783 (p620) Engine Test Cell Facility, Naval Air Station(nas), Jacksonville, Florida. this Is Not A Request For Proposals Or An Invitation For Bid. No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. No Telephone Calls Will Be Accepted Requesting A Bid Package Or Solicitation. There Is No Bid Package Or Solicitation Currently Available. In Order To Protect The Procurement Integrity Of Any Future Procurement That May Arise From This Announcement, Information Regarding The Technical Point Of Contact Will Not Be Given And No Appointments For Presentations Will Be Made. the Purpose Of This Notice Is To Gain Knowledge Of Qualified And Interested Parties In Any Of The Following Categories: Small Business, U.s. Small Business Administration (sba) Certified 8(a), Sba Certified Hubzone, Woman-owned Small Business (wosb), Veteran-owned Small Business (vosb), And Service Disabled Veteran-owned Small Business (sdvosb). Potential Sources Should Have Current Relevant Qualifications, Experience, Personnel And Capability To Perform This Proposed Project. The Type Of Solicitation To Be Issued Will Depend Upon Responses To This Sources Sought Notice. The Government Will Use The Sources Sought Responses Along With Other Market Research To Make Various Determinations Regarding The Procurement. project Description: this Project Is A Design Bid Build Reconstruction Of An Existing Two Bay Engine Test Cell Facility At Nas Jacksonville. The Existing Facility, B873, Will Be Upgraded And Expanded To Accommodate Testing Of The Joint Strike Fighter (jsf) Engine And Legacy Jet Engines. Reconstruction Will Include Aircraft Jet Engine Propulsion Facility Renovation Of Approximately 25,000sf Of The Existing Facility, Expansion Approximately 16,000sf And Construction Of Two New Augmenters Totaling Approximately 6,000sf. Work Will Include But Is Not Limited To, Traditional Construction Elements Such As Concrete, Structural Steel, Roofing, Etc. And Demolition Of Exterior Envelope And Interior Construction. Additionally Work Will Include Specialized Acoustical Attenuation, Multiple Crane Hoists On New Customized Rail System To Include Switches, Procurement Of Equipment Such As A Thrustbed And Specialized Test Cell Support Equipment, Data Acquisition And Control System (dacs) And Facility Control And Monitoring System (fcms), Installation Network Infrastructure, Fuel Farm Expansion, Furniture, Fixture And Equipment (ff&e), Electronic Security Systems (ess) Infrastructure And Construction Support During Engine Correlation. Coordination With Engine Manufacturers Will Be Required. The Estimated Period Of Performance Is 871 Calendar Days. any Resultant Contract Will Be Firm-fixed Price. The North American Industry Classification System (naics) Code Is 236220 – Commercial And Institutional Building Construction With The Annual Size Standard Of $45.0 Million. Project Magnitude Is More Than $100,000,000. There Some Portions Of This Project Will Be Controlled Unclassified Information (cui), Therefore Recipients Of The Subject Documents Shall Be U.s. Citizen-owned Companies And Be U.s. Citizens. All Subject Documents Shall Be Maintained/stored/positive Control Iaw Cui Guidelines. Under The Far Guidelines, The Prime Contractor Must Have The Capability To Perform At Least 20 Percent Of The Contract Work With Its Own Employees. The Anticipated Award Date Is May 2026. industry Will Be Notified Of The Results Of This Evaluation And Set-aside Determination Via The Pre-solicitation/synopsis Notice. interested Sources Are Invited To Respond To This Sources Sought Announcement. Capability Statements Consisting Of Appropriate Documentation Will Be Accepted, Providing It Contains All The Information Required Below (items 1-6). Complete Submission Package Shall Not Exceed 24 Pages. The Information Which Must Be Contained In Your Response Is As Follows: 1) Contractor Information: Name And Address Of Company, Point Of Contact With Phone Number And Email Address. 2) Type Of Business: Identify The Company’s Business Size And Socio-economic Status (hubzone, 8(a), Sdvosb, Wosb, Etc.) For Naics Code 236220 Applicable To This Sources Sought. If Your Firm Is Claiming Hubzone Or 8(a) Status, Provide A Copy Of Your Sba Certification. 3) Bond Capacity: Information Must Include Surety’s Name, Point Of Contact, Telephone Number, Email Address, And The Bonding Capacity Of At Least $130 Million Per Project, And The Maximum Aggregate Bonding. 4) System For Award Management (sam): Evidence Of Registration In The Sam, Including Cage Code And Unique Entity Identifier (formerly Duns Number). 5) Interest: Indicate If A Solicitation Is Issued Will Your Firm/company Be Submitting A Proposal: _____ Yes ______no. 6) Experience Submission Requirements: responders Shall Submit A Minimum Of Two (2) And A Maximum Of Three (3) Projects Including Contract Numbers, Project Titles, Dollar Amounts, Project Completion Date, Performance Ratings, And Evidence Of Specific Capabilities Listed Below: demonstrate Prime Contractor Experience Constructing And/or Renovating A Jet Engine Propulsion Facilities That Was Self-performed; Must Have Been Completed And Accredited/certified Within The Last Ten Years, Have A Value Of Approximately $50,000,000 Or Greater; And Be Similar In Size, Scope And Complexity To The Proposed Nas Jacksonville Engine Test Cell Facility. provide A Brief Description Including Completion Date And Final Contract Value. If They Are Not Approximately Equal To The Requested Dollar Value, Identify The Dollar Value And Explain In No More Than One Paragraph Why We Should Consider The Project. a. Submissions Shall Contain The Following Items Below (1-6) For Each Project Submitted For Consideration. 1. Include Contract Number, If Applicable 2. Indicate Whether Prime Contractor Or Subcontractor 3. Contract Value 4. Completion Date 5. Government/agency Point Of Contact And Current Telephone Number. 6. Project Description. Include A Brief Description, With Sufficient Detail, To Determine Whether This Project Is Of A Similar Size And Scope To The Project Description In This Announcement; And, How The Contract Referenced Relates To The Project Description Herein. The Capabilities Statement For This Sources Sought Is Not Expected To Be A Proposal, But Rather Short Statements Regarding The Company’s Ability To Demonstrate Existing-or-developed Expertise And Experience In Relation To The Areas Specified Herein. Submission Of Capabilities Statement Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist The Government In Tailoring Requirements To Be Consistent With Industry Capabilities. After Completing Its Analysis, The Government Will Determine Whether To Limit Competition Among 8(a), Hubzone, Sdvosb, Vosb, Wosb And/or Small Business Firms Or To Proceed With Issuing An Unrestricted Solicitation, Inviting Full And Open Competition. interested Parties Should Respond No Later Than February 21 2025, 2:00 Pm Eastern Time Via Email To Cynthia.a.mcmonigle.civ@us.navy.mil And Lindsay.e.betteridge.civ@us.navy.mil. The Subject Line Of The Email Shall Read: B873 (p620) Engine Test Cell Facility At Naval Air Station Jacksonville, Fl. Emails Shall Be No More Than 8 Mb In Size. Responses That Do Not Meet All Requirements Or Are Not Submitted Within The Allotted Time Will Not Be Considered. Respondents Will Not Be Notified Of The Results Of The Evaluation.
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 18.2 Million (USD 313.9 K)
Details: Description Contract Reference No.: Cw-buk-resto-cis-tigua-2024-004 1. The National Irrigation Administration - Bukidnon Irrigation Management Office Through Its Bids And Awards Committee (bac) Intends To Apply The Sum Of Eighteen Million Two Hundred Twenty Two Thousand Five Hundred Seventy Five Pesos And Seventy Four Centavos (₱ 18,222,575.74) Being The Approved Budget For The Contract (abc) To Payments Under The Resto-cis Fund Of Cy 2025 For The Restoration Of Damaged Siphon At Main Canal Sta. 4+778-4+850 Of Tigua Cis In San Fernando, Bukidnon (epa) With Contract Ref. No. Cw-buk-resto-cis-tigua-2024-004. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Nia Bukidnon Imo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within One Hundred Fifty (150) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Nia Bukidnon Imo And Inspect The Bidding Documents At The Address Given Below From Mondays Through Fridays At 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Upon Presentation Of Letter Of Intent (loi), Certificate Of Site Inspection, Original Pcab License, Philgeps Platinum Registration (all Pages) Until 9:00 A.m. Of January 7, 2025 From The Given Address Below And Upon Payment Of The Non-refundable Fee For The Bidding Documents In The Amount Of Twenty Five Thousand Pesos (₱ 25,000.00) Only. Only The Owner/proprietor (for Sole Proprietorship), Authorized Managing Officers/general Managers And/or Presidents (for Corporations/joint Ventures) And So Forth, Are Allowed To Purchase The Bidding Documents. For Authorized Representatives, Presentation Of A Special Power Of Attorney (spa)--specifying The Contract Reference No., Project Description And Abc Of The Bidding Documents To Be Acquired–is A Must. 6. The Nia Bukidnon Imo Will Hold A Pre-bid Conference At 9:30 A.m. On December 26, 2024 At The Address Below Which Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before 9:00 A.m. Of January 7, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bagontaas, Valencia City, Bukidnon, 8709 Philippines Telephone No.: (088) 828-0658 • Email: R10.bukidnon-imo@nia.gov.ph Website: Https://region10.nia.gov.ph • Tin: 000-916-415-129 Nia-bimo-odm-bac-int-form28-rev.01 Republic Of The Philippines National Irrigation Administration Regional Office No. X (northern Mindanao) Bukidnon Irrigation Management Office 9. Bid Opening Shall Be At 9:30 A.m. Of January 7, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Other Relevant Information: Minimum Equipment Required: 1 Water Truck, 1 Backhoe, 1 Dump Truck, 1 One-bagger Mixer, 1 Concrete Vibrator, 1 Bar Cutter, 1 Plate Compactor, 1 Centrifugal Pump, 1 Unit Crawler Crane, 1 Unit Jackhammer With Compressor, 3 Cylindrical Concrete Molders, 1 Total Station Key Personnel Required: 1 Project Engineer, 1 Foreman, 1 Materials Engineer, 1 Liaison Officer 1 Surveyor, 1 Safety Officer Additional Instructions: All Prospective Bidders Are Encouraged To Conduct A Site Inspection To Properly Evaluate The Site Conditions And Project Requirements Before Submitting Their Bids. The Schedule For The Site Visit Will Be Determined During The Conduct Of The Pre-bidding Conference. Pursuant To Sec 34.3(b)(ii) Of The 2016 Revised Irr Of Ra 9184, Post Qualification Will Focus On: Ii). Verification Of Availability And Commitment, And/or Inspection And Testing For The Required Capacity And Operating Conditions Of Equipment Units To Be Owned/leased/under Purchase By The Bidder For Use In The Contract Under Bidding, As Well As Checking The Performance Of The Bidder In Its Ongoing Government And Private Contracts, If Any Of These Ongoing Contracts Shows: Negative Slippage Of At Least Fifteen Percent (15%) In Any One Project Or A Negative Slippage Of At Least Ten Percent (10%) In Each Of Two (2) Or More Contracts; Failure Of The Contractor To Commence Repair Works On Ongoing Contracts Within Seven (7) Calendar Days And To Complete Them Within Thirty (30) Calendar Days After Receipt Of The Procuring Entity’s Notice Of Defects And Deficiencies; Failure Of The Contractor To Commence Repair Works On Contracts With Pending Certificates Of Acceptance Within Thirty (30) Calendar Days And Complete Them Within Ninety (90) Days After Receipt Of The Procuring Entity’s Notice Of Defects And Failures; Or Substandard Quality Of Work As Per Contract Plans And Specifications, Or Unsatisfactory Performance Of The Contractor’s Obligations As Per Contract Terms And Conditions, At The Time Of Inspection. If The Bac Verifies Any Of These Deficiencies To Be Due To Contractor’s Fault Or Negligence, The Agency Shall Disqualify The Contractor From The Award, For The Procurement Of Infrastructure Projects. Bagontaas, Valencia City, Bukidnon, 8709 Philippines Telephone No.: (088) 828-0658 • Email: R10.bukidnon-imo@nia.gov.ph Website: Https://region10.nia.gov.ph • Tin: 000-916-415-129 Nia-bimo-odm-bac-int-form28-rev.01 Republic Of The Philippines National Irrigation Administration Regional Office No. X (northern Mindanao) Bukidnon Irrigation Management Office 11. The Nia Bukidnon Imo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Delsie Belle M. Acobo Bac Secretariat Head Nia Bukidnon Imo P-10, Bagontaas, Valencia City, Bukidnon Email: Bacinfra.nia10bimo@gmail.com 13. You May Visit The Following Websites: To View And Access The Bidding Documents, Visit Https://drive.google.com/drive/folders/1dplegk6-7hcbezlzolt3w-s5c8wvmnri. For Uniformity, Prospective Bidders Are Encouraged To Use The Given Standard Forms. However, Failure To Do So Shall Not Be Grounds For Disqualification. (sgd.) Belna M. Acobo Bac Chairperson
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Water Storage And Supply
United States
Closing Date25 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice Only And Is Not A Request For Proposal Or Invitation For Bid. naval Facilities Engineering Systems Command Northwest (navfac) Northwest Is Seeking Responses From Construction Firms Capable Of Performing A Design-bid-build (dbb) Construction Of A New Type Iii Pressurized Hydrant Fueling System To Support The Increased Fuel Distribution Requirements Of The P-8a Poseidon And Other Large Frame Aircraft At Naval Air Station Whidbey Island, Wa (naswi). this Contract Will Consist Of Constructing A New Aircraft Direct Fueling Hydrant System With Outlets Supporting Moveable Pantographs And Piping In Accordance With Military Petroleum Fuel Facilities Standards. The Project Will Provide An Aircraft Hydrant Fueling System With Fourteen Fueling Stations, Hydrant Loop Piping, And Pumphouse Located On The South End Of The Nas Whidbey Island (naswi) Airfield Parking Apron. The Pumphouse For The Hydrant System Will Be Located In, And Tie Into, The Existing Fuel Farm At Naswi. It Will Provide Five 600-gpm Pumps, Filter Separators, A Jockey Pump And All Related Piping, Piping Supports, Valves, And Appurtenances. The Pump House Will Contain Pump Room, Control Room, Fire Sprinkler Room, Restroom And Mechanical Room, Along With Cross Connect Fuel Transfer Piping, Emergency Shut-offs, Emergency Shower And Eyewash, Hv Ac, Fire Sprinklers, Alarms, Bridge Crane, Pump Controls, Grounding And Lightning Protection, Pump Control Systems, Emergency Fuel Shut-offs, Communications And Data Infrastructure, Leak Detection Panels And Environmental Management Control Systems Equipment. the Scope Also Includes A Pantograph Flushing Station To Maintain The Pantographs Used By The Hydrant System And Modifications To The Existing Fuel Infrastructure To Allow Rejection And Return Of Off-spec Fuel. Upgrades To Site Utilities Will Encompass Electrical, Mechanical, And Water Systems. Electrical Improvements Include Underground Connections To Tanks And Hydrant System Light Poles, The Installation Of A New Transformer, And A Standby Generator. Mechanical Enhancements Will Involve The Installation Of A Water And Fire Supply Line To The New Fuel Facility, Stormwater Infrastructure To Manage Increased Impervious Surfaces, And Demolition To Support Operational Requirements. This Project Includes Work Restrictions For Dewatering Of Ground/storm Water Requiring Containment And Disposal, And Flight Line Work Phasing. this Project Is An Integral Component Of The Fuel System Supporting The Shift From The P-3 To P-8a Aircraft Stationed Now At Naswi. An Efficient Fuel Delivery System Is Required At Naswi To Provide For The Training And Operational Fuel Support Needs Of Fleet Carrier Based Squadrons, Expeditionary Squadrons, Reserve Expeditionary Squadrons And The Fleet Replacement Squadron For Ea-18g Electronic Attack Aircraft, And Squadrons Of P-8a Patrol And Reconnaissance Aircraft Currently Assigned, And One Logistics Support Squadron And Transient Aircraft That Transit Through Naswi In Support Of Local And Other Department Of Defense Mission At Naval Air Station Whidbey Island, Wa. the Primary North American Industry Classification System (naics) Code Is 237120, Oil And Gas Pipeline And Related Structures Construction. The Small Business Size Standard Is $45m. The Planned Period Of Performance Will Be For 730 Days From Contract Award. this Project Is A Large-scale Federal Construction Project Within The United States Where The Total Estimated Cost To The Government Is $35 Million Or More And Requires The Use Of Project Labor Agreements (plas). Reference Is Made To: Far Subpart 22.5 Use Of Pla For Federal Construction Projects; Provision, Far 52.222-33 Notice Of Requirement For Pla; And To Clause, Far 52.222-34 Pla. A Request For Information (rfi)/sources Sought For The Pla Was Previously Posted To Sam.gov On August 29, 2024 Under N4425524rf016. interested Firms Are Requested To Return A Completed Response Form (attached) That Addresses The Following Criteria: type Of Business: State Whether Your Firm Is A Large Or Small Business. If A Small Business, State Whether Small, Hubzone, Small Disadvantaged, Service-disabled Veteran-owned, And/or Woman-owned. See Far Part 19 Small Business Programs For Descriptions. bonding Capability: Provide Your Firm’s Bonding Capabilities. It Is Anticipated That The Firm Awarded A Contract Under This Proposed Project Will Need A Minimum Bonding Capacity Of $45 Million. project Location: Provide Your Firm’s Likelihood To Provide A Proposal For This Project Specifically At Naval Air Station Whidbey Island (naswi) On A Scale Of 1 To 10, With 1 Being The Least Likely And 10 Being Most Likely. Provide A Statement Listing Any Past Projects At Naswi, Or A Statement Indicating No Projects Have Been Performed By Your Firm At This Location. project Experience: Provide Up To Five (5) Example Projects Which Best Demonstrate The Company’s Experience Relative To The Types Of Work Covered By This Requirement. Example Projects Are To Be Representative Of Naics 237120, And The Description Above, And Be Similar In Size, Scope, And Complexity To This Requirement. Example Projects Should Be Substantially Complete Within The Past Ten (10) Years And May Include Federal, State Or Local Government, And/or Commercial Projects. Submission Of More Than Five (5) Example Projects Is Not Requested. List Each Project By A Brief Paragraph Listing The Project Title, Location, Cost, Completion Date And How Each Project Reflects Experience In The Required Services. Again, Each Project Shall Be One Paragraph In Length. the Intent Of This Notice Is To Identify Potential Offerors For Market Research Purposes And To Determine Technical Capabilities, Bonding Capacity And Potential Set-aside Opportunities. Any Interested Firm, Including Potential Joint Ventures (jv), May Participate And Are Invited To Respond To This Sources Sought By Completing And Returning The Response Form Provided With The Announcement. respondents Will Not Be Notified Of The Results Of The Sources Sought. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement. There Is No Bid Package Or Solicitation. No Presentations Will Be Scheduled, And Contractor Responses Will Be Provided In Writing Via E-mail As Described In This Notice. All Information Provided Will Be Held In A Confidential Manner. please Respond No Later Than 12:00 P.m. Pacific Standard Time, 25 January 2025 By Submitting An E-mail With An Attached Electronic Copy Of Your Response To: kathleen.b.maurer.civ@us.navy.mil; And jodus.d.hortin.civ@us.navy.mil; And emily.m.slate.civ@us.navy.mil please Name The Subject Line Of Your E-mail As “(insert Company Name) – P273 Bulk Fuel Storage Hydrant System – N4425525r1506”. Emails Can Be No Larger Than 5 Mb In Size. If More Than 5 Megabytes Are Needed, More Than One Email May Be Sent.
U S COAST GUARD USA Tender
Security and Emergency Services
United States
Closing Date6 Mar 2025
Tender AmountRefer Documents
Details: General Requirements scope intent. This Standard Specification Invokes General Requirements For Conducting Vessel Repairs Performed By Commercial Contractors At A Coast Guard Facility For Coast Guard Vessels. references coast Guard Drawings coast Guard Drawing 418a-wmsl-100-001, Rev B, General Arrangements coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans coast Guard Drawing 750-wmsl-436-011, Rev E, Fire Detection Sys Deck Plan (asc436009) coast Guard Drawing 750-wmsl-436-013, Rev C, Fire Detection Sys Cable Running Sheets (asc436010) coast Guard Drawing 750-wmsl-436-014, Rev -, Fire Detection And Control System Schematic (asc436028) coast Guard Publications surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Standard Specification 3041 (sflc Std Spec 3041), 2022, Shipboard Electrical Cable Test surface Forces Logistics Center Standard Specification 3042 (sflc Std Spec 3042), 2022, Shipboard Electrical Cable Removal, Relocation, Splice, Repair, And Installation surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures coast Guard Technical Publication (tp) 9919, Swbs 436, Feb 2022, Fire And Smoke Detection System (for Hull 757) other References national Fire Protection Association (nfpa) 72, 2022 Edition, National Fire Alarm And Signaling Code 3. Requirements 3.1 General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And In This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This Wi Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following Work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or Extensions To The Contract. 3.2 Materials. The Contractor Must Obtain All Of The Materials Required To Complete This Job With The Exception Of The Government-furnished Property Shown In Paragraph 1.2 Of Work Item. 3.3. Period Of Performance. The Period Of Performance Window For This Work Starts On 09 April 2025 And Ends On 01 July 2025. 3.4. Location. The Contractor Must Perform The Work While The Uscgc Midgett (wmsl 757) Is Alongside The Pier On 400 Sand Island Pkwy Honolulu, Hi 96819-4326. 58300_rtk_1023_418 dual Point Davit, Biennial Maintenance, Perform 1. Scope 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Perform Biennial Maintenance On Dual Point Davit Listed In Table 1. table 1 – Dual Point Davit Nameplate Data description location davit Total Gross Weight allied Systems Dual Point Davit With Control Console models: Ddp11000cts & Sp2200 weather Deck, Stbd Side, Frame 47 29,000 Lbs 1.2 Government-furnished Property. mti item Description nsn/pn qty estimated Cost ($/unit) y cb-oth Mark Iv (coast Guard Drawing 26b-cb-iv-801-001) n/a 1 Ea. n/a y hook model Apr-356-cbh 2 Ea. 5000.00 2. References coast Guard Drawings coast Guard Drawing 418a-wmsl-100-001, Rev B, General Arrangements coast Guard Drawing 418a-wmsl-801-001 Rev A, Booklet Of General Plan coast Guard Publications coast Guard Technical Publication (tp) Lr-h5-0002-v0, Swbs 583, Oct 2023, Boat Davit - Models Ddp11000cts & Sp2200 (hull 757) coast Guard Technical Publication (tp) 9618, Swbs 583, Sept 2023, Boat Davit - Models Ddp11000cts & Sp2200 (s/n: 2328-753, 2329-751, 2332-750) coast Guard Technical Publication (tp) 9619, Swbs 583, 06 Dec 2016, Boat Davit - Models Ddp11000cts & Sp2200 (s/n: 2348) (hull 754) coast Guard Technical Publication (tp) 9899 Swbs 583, Apr 2021, Marine Crane – Models Ddp11000cts & Sp2200 (s/n: 2366) (hull 755) coast Guard Technical Publication (tp) 9900, Swbs 583, Apr 2021, Marine Crane – Models Ddp11000cts & Sp2200 – S/n 2382 (hull 756) surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Standard Specification 5000 (sflc Std Spec 5000), 2022, Auxiliary Machine Systems surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures other References international Maritime Organization (imo) International Convention For The Safety Of Life At Sea (solas), 2009 As Amended In 2010 And 2011 international Maritime Organization (imo) International Life Saving Appliances Code (lsa), 2010 Edition ansi/easa Standard Ar100-2020, Recommended Practice For The Repair Of Rotating Electrical Apparatus 3. Requirements 3.1 General. 3.1.1 Cir. The Contractor Must Submit A Cir For The Inspections Listed In The Following Paragraph(s): 3.2 Biannual Maintenance Inspection And Repair Task Particulars (task #1 And #2) 3.2.1 Hook Certification. 3.1.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative Who Is Familiar With The Dual Point Davit (i.e. Allied System Co. Model No. Ddp11000cts) To Accomplish The Following On Site: advise On Manufacturer's Proprietary System Information. ensure Compliance With Manufacturer's Procedures And Standards During System Disassembly, Inspection, Repair, Reassembly, And Testing As Applicable. 3.1.2.1 Ensure The Tech Rep Has Experience With The System/equipment Stated Above And Demonstrated On Their Résumé. 3.1.2.2 Submit The Name And Résumé Of The Tech Rep To The Cor At The Arrival Conference. 3.1.2.3 Point Of Contact: heath Munger heath.munger@alliedsystems.com allied Systems Company (503) 825-3366 3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection). 3.1.3.1 Protection Of Fine Surfaces. The Contractor Must Protect All Fine Surfaces In Accordance With Sflc Std. Spec 5000. 3.1.3.2 Hydraulic System Contamination Protection. The Contractor Must Maintain Existing Hydraulic Cleanliness In Accordance With Sflc Std. Spec 5000. 3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following: piping electrical Cables capstan note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.1.5 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Submit A Cfr. 3.1.6 Materials. The Contractor Must Furnish And Install Parts Listed In Table 2. table 2 – List Of Parts quantity part Number description source Of Supply 1 593533 kit, Element Replacement allied System Co. 214 S.w. Oregon Street, Sherwood Or 97140 1 593532 kit, Element Replacement 2 70196 return Filters 2 74130 seal Kits 2 71975 filter Breather 1 71754 tank Cover Gasket 2 71042 wire Rope 2 73441 hub 3.2 Biannual Maintenance Inspection And Repair Task Particulars. The Contractor With Tech Rep Support Must Perform The Tasks Designated In Table 3 Below And Figure 1 In Accordance With Sflc Std Spec 5000 And Cg Tech Pub As Applicable. table 3 – Recurring Maintenance Task addition Requirements # task Type qty component Or Assembly appendix And Para. From Sflc Std 5000 other 1 operate And Inspect 1 dual Point Davit System 3.2.1 (operate And Inspect) Appendix A (general Inspection Requirements) submit Cir. 2 service And Inspect 1 hydraulic Winch Assembly (constant Tension And Normal) Which Are Powered By Main Hydraulic Pump/motor Assembly (st1) And Back Up Powered By Emergency (st2), Accumulators. 3.2.2 (service And Inspect) D2.3 (brakes And Clutches. D2.4 (open Gearing And Gear Reducers) submit Cfr. 3 disassemble And Inspect 2 power Sheave Assembly 3.2.3 (disassemble And Inspect) renew The Hub With Cfe. If Hubs Are Not Available, Clean, Inspect, And Reinstall Hubs. 4 hydraulic Lube Oil Analysis 1 hydraulic System c2.1.3.1 submit A Cir. 5 renew 2 wire Rope Assembly (allied System Part No. 71042) d2.2 (wire Rope Assemblies) wire Rope Particulars: Nominal Diameter: 5/8 Inch minimum Breaking Strength: 56,040 Lbs. total Length Of Each Wire Rope Required: 110 Ft. end Fitting Type: Fiege. Submit A Cfr. 6 nde 1 dual Point Davit System 3.2.5 (nde) areas To Nde: All Weld Joints And Boom And Turret Structures. submit A Cfr. 7 groom And Lubricate 1 dual Point Davit System 3.2.6 (groom And Lubricate) 8 weight Test 1 dual Point Davit System b2.7.2 (dual Point Davits) b2.7.2.1 No-load Operational Test b2.7.2.2 Static Load Test b2.7.2.3 Winch/brake/modified Static Load Test b2.7.2.4 Dynamic Load Test b2.7.2.5 Rated Load Test test Weight Particulars: working Load Limit (11,000 Lb.). "modified Static / Brake" Test Load: 16,500 Pounds (150% Of Wll) “modified Dynamic Test Load: 12,650 Pounds (115% Of Wll) 9 electric Motors 1 normal Rihb Boat Davit And Emergency Rihb Davit Hpu Motors perform Insulation Resistance Test In Accordance With Ansi/easa Ar 100-2020.and Para 6.5.4.3 Of Tp 9618. Submit A Cfr. 10 fabricate And Install 1 label Plate b2.9 (label Plates) 11 partially Preserve 1 dual Point Davit Assembly (including Pedestal, Foundation, And All Previously/normally Painted Components Or Surfaces) 3.2.4 (partial Preservation) 12 service And Inspect 1 control Panel 3.2.2 (service And Inspect) verify All Mechanical And Electrical Signals To The Control Panel. Submit A Cfr. 3.2.1 Hook Certification. The Contractor With Tech Rep Support Must Inspect The Hooks And Verify Their Certification. Submit A Cir. Hooks (i.e. P/n: Model Apr-356-cbh) Must Be Renewed At Every 48 Months With Gfp. Renew Hooks If Certification Is Expired. 3.2.1.1 Mandatory Turn-in Item (mti) Removal. If Required To Be Renewed, The Contractor Must Remove The Existing Mti Hooks And Turn Over To The Cor. 3.3 Special Requirements For Various Components. If A Change Request Has Been Authorized For Additional Work On Any Of The Components Listed In Table 4 Below, The Contractor Must Perform Work In Accordance With The Corresponding Appendix Or Paragraph Of Sflc Std Spec 5000. table 4 - Special Requirements component appendix & Paragraph In Sflc Std Spec 5000 fluids c2.1 hose Assemblies c2.2 piping And Tubing c2.3 valves And Manifolds c2.4 gages c2.5 gas Charged Accumulators c2.6 heat Exchangers And Fluid Coolers c2.7 systems c2.8 fastener Assemblies d2.1 wire Rope Assemblies d2.2 brakes And Clutches d2.3 open Gearing And Gear Reducers d2.4 note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.4 Operational Test, Post Repairs. After Completion Of Work, The Contractor Must Thoroughly Test, In The Presence Of The Coast Guard Inspector And Demonstrate All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed To Be In Satisfactory Operating Condition. Submit A Cfr. 3.4.1 The Contractor With Tech Rep Support Must Perform A Dockside Test, Consisting Of Launching The Gfp Boat To Test Constant Tension Function, Wire Rope Tension, Ct Select Button, Control Function, Ct Engage, Brake Release Etc. Submit A Cfr. 3.5 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Exterior And Interior Surfaces To Match Existing Adjacent Surfaces, In Accordance With Sflc Std Spec 6310. Abide By All Touch-up Requirements Outlined In Sflc Std Spec 6310. note government Will Provide 72 Hours Of Advance Notice To The Contractor For Sea Trial Support By The Tech Rep. 3.6 Sea Trial. The Contractor Must Provide Tech Rep Support To Test Operational Capability Of The Dual Point Davit With Gfp In Accordance With Tp. Estimated Time For Sea Trial Is Eight Hours. Perform An At Sea Test Launching The Gfp Boat To Test Constant Tension Function, Wire Rope Tension, Ct Select Button, Control Function, Ct Engage, Brake Release Etc. Ensure All Functions Are In Satisfactory Operating Conditions. Submit A Cfr. 4. Notes figure 1: Dual Point Davit Maintenance Table general Requirements scope intent. This Standard Specification Invokes General Requirements For Conducting Vessel Repairs Performed By Commercial Contractors At A Coast Guard Facility For Coast Guard Vessels. references coast Guard Drawings coast Guard Drawing 418a-wmsl-100-001, Rev B, General Arrangements coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans coast Guard Drawing 750-wmsl-436-011, Rev E, Fire Detection Sys Deck Plan (asc436009) coast Guard Drawing 750-wmsl-436-013, Rev C, Fire Detection Sys Cable Running Sheets (asc436010) coast Guard Drawing 750-wmsl-436-014, Rev -, Fire Detection And Control System Schematic (asc436028) coast Guard Publications surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Standard Specification 3041 (sflc Std Spec 3041), 2022, Shipboard Electrical Cable Test surface Forces Logistics Center Standard Specification 3042 (sflc Std Spec 3042), 2022, Shipboard Electrical Cable Removal, Relocation, Splice, Repair, And Installation surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures coast Guard Technical Publication (tp) 9919, Swbs 436, Feb 2022, Fire And Smoke Detection System (for Hull 757) other References national Fire Protection Association (nfpa) 72, 2022 Edition, National Fire Alarm And Signaling Code 3. Requirements 3.1 General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And In This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This Wi Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following Work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or Extensions To The Contract. 3.2 Materials. The Contractor Must Obtain All Of The Materials Required To Complete This Job With The Exception Of The Government-furnished Property Shown In Paragraph 1.2 Of Work Item. 3.3. Period Of Performance. The Period Of Performance Window For This Work Starts On 09 April 2025 And Ends On 01 July 2025. 3.4. Location. The Contractor Must Perform The Work While The Uscgc Midgett (wmsl 757) Is Alongside The Pier On 400 Sand Island Pkwy Honolulu, Hi 96819-4326. 58300_rtk_1023_418 dual Point Davit, Biennial Maintenance, Perform 1. Scope 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Perform Biennial Maintenance On Dual Point Davit Listed In Table 1. table 1 – Dual Point Davit Nameplate Data description location davit Total Gross Weight allied Systems Dual Point Davit With Control Console models: Ddp11000cts & Sp2200 weather Deck, Stbd Side, Frame 47 29,000 Lbs 1.2 Government-furnished Property. mti item Description nsn/pn qty estimated Cost ($/unit) y cb-oth Mark Iv (coast Guard Drawing 26b-cb-iv-801-001) n/a 1 Ea. n/a y hook model Apr-356-cbh 2 Ea. 5000.00 2. References coast Guard Drawings coast Guard Drawing 418a-wmsl-100-001, Rev B, General Arrangements coast Guard Drawing 418a-wmsl-801-001 Rev A, Booklet Of General Plan coast Guard Publications coast Guard Technical Publication (tp) Lr-h5-0002-v0, Swbs 583, Oct 2023, Boat Davit - Models Ddp11000cts & Sp2200 (hull 757) coast Guard Technical Publication (tp) 9618, Swbs 583, Sept 2023, Boat Davit - Models Ddp11000cts & Sp2200 (s/n: 2328-753, 2329-751, 2332-750) coast Guard Technical Publication (tp) 9619, Swbs 583, 06 Dec 2016, Boat Davit - Models Ddp11000cts & Sp2200 (s/n: 2348) (hull 754) coast Guard Technical Publication (tp) 9899 Swbs 583, Apr 2021, Marine Crane – Models Ddp11000cts & Sp2200 (s/n: 2366) (hull 755) coast Guard Technical Publication (tp) 9900, Swbs 583, Apr 2021, Marine Crane – Models Ddp11000cts & Sp2200 – S/n 2382 (hull 756) surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Standard Specification 5000 (sflc Std Spec 5000), 2022, Auxiliary Machine Systems surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures other References international Maritime Organization (imo) International Convention For The Safety Of Life At Sea (solas), 2009 As Amended In 2010 And 2011 international Maritime Organization (imo) International Life Saving Appliances Code (lsa), 2010 Edition ansi/easa Standard Ar100-2020, Recommended Practice For The Repair Of Rotating Electrical Apparatus 3. Requirements 3.1 General. 3.1.1 Cir. The Contractor Must Submit A Cir For The Inspections Listed In The Following Paragraph(s): 3.2 Biannual Maintenance Inspection And Repair Task Particulars (task #1 And #2) 3.2.1 Hook Certification. 3.1.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative Who Is Familiar With The Dual Point Davit (i.e. Allied System Co. Model No. Ddp11000cts) To Accomplish The Following On Site: advise On Manufacturer's Proprietary System Information. ensure Compliance With Manufacturer's Procedures And Standards During System Disassembly, Inspection, Repair, Reassembly, And Testing As Applicable. 3.1.2.1 Ensure The Tech Rep Has Experience With The System/equipment Stated Above And Demonstrated On Their Résumé. 3.1.2.2 Submit The Name And Résumé Of The Tech Rep To The Cor At The Arrival Conference. 3.1.2.3 Point Of Contact: heath Munger heath.munger@alliedsystems.com allied Systems Company (503) 825-3366 3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection). 3.1.3.1 Protection Of Fine Surfaces. The Contractor Must Protect All Fine Surfaces In Accordance With Sflc Std. Spec 5000. 3.1.3.2 Hydraulic System Contamination Protection. The Contractor Must Maintain Existing Hydraulic Cleanliness In Accordance With Sflc Std. Spec 5000. 3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following: piping electrical Cables capstan note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.1.5 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Submit A Cfr. 3.1.6 Materials. The Contractor Must Furnish And Install Parts Listed In Table 2. table 2 – List Of Parts quantity part Number description source Of Supply 1 593533 kit, Element Replacement allied System Co. 214 S.w. Oregon Street, Sherwood Or 97140 1 593532 kit, Element Replacement 2 70196 return Filters 2 74130 seal Kits 2 71975 filter Breather 1 71754 tank Cover Gasket 2 71042 wire Rope 2 73441 hub 3.2 Biannual Maintenance Inspection And Repair Task Particulars. The Contractor With Tech Rep Support Must Perform The Tasks Designated In Table 3 Below And Figure 1 In Accordance With Sflc Std Spec 5000 And Cg Tech Pub As Applicable. table 3 – Recurring Maintenance Task addition Requirements # task Type qty component Or Assembly appendix And Para. From Sflc Std 5000 other 1 operate And Inspect 1 dual Point Davit System 3.2.1 (operate And Inspect) Appendix A (general Inspection Requirements) submit Cir. 2 service And Inspect 1 hydraulic Winch Assembly (constant Tension And Normal) Which Are Powered By Main Hydraulic Pump/motor Assembly (st1) And Back Up Powered By Emergency (st2), Accumulators. 3.2.2 (service And Inspect) D2.3 (brakes And Clutches. D2.4 (open Gearing And Gear Reducers) submit Cfr. 3 disassemble And Inspect 2 power Sheave Assembly 3.2.3 (disassemble And Inspect) renew The Hub With Cfe. If Hubs Are Not Available, Clean, Inspect, And Reinstall Hubs. 4 hydraulic Lube Oil Analysis 1 hydraulic System c2.1.3.1 submit A Cir. 5 renew 2 wire Rope Assembly (allied System Part No. 71042) d2.2 (wire Rope Assemblies) wire Rope Particulars: Nominal Diameter: 5/8 Inch minimum Breaking Strength: 56,040 Lbs. total Length Of Each Wire Rope Required: 110 Ft. end Fitting Type: Fiege. Submit A Cfr. 6 nde 1 dual Point Davit System 3.2.5 (nde) areas To Nde: All Weld Joints And Boom And Turret Structures. submit A Cfr. 7 groom And Lubricate 1 dual Point Davit System 3.2.6 (groom And Lubricate) 8 weight Test 1 dual Point Davit System b2.7.2 (dual Point Davits) b2.7.2.1 No-load Operational Test b2.7.2.2 Static Load Test b2.7.2.3 Winch/brake/modified Static Load Test b2.7.2.4 Dynamic Load Test b2.7.2.5 Rated Load Test test Weight Particulars: working Load Limit (11,000 Lb.). "modified Static / Brake" Test Load: 16,500 Pounds (150% Of Wll) “modified Dynamic Test Load: 12,650 Pounds (115% Of Wll) 9 electric Motors 1 normal Rihb Boat Davit And Emergency Rihb Davit Hpu Motors perform Insulation Resistance Test In Accordance With Ansi/easa Ar 100-2020.and Para 6.5.4.3 Of Tp 9618. Submit A Cfr. 10 fabricate And Install 1 label Plate b2.9 (label Plates) 11 partially Preserve 1 dual Point Davit Assembly (including Pedestal, Foundation, And All Previously/normally Painted Components Or Surfaces) 3.2.4 (partial Preservation) 12 service And Inspect 1 control Panel 3.2.2 (service And Inspect) verify All Mechanical And Electrical Signals To The Control Panel. Submit A Cfr. 3.2.1 Hook Certification. The Contractor With Tech Rep Support Must Inspect The Hooks And Verify Their Certification. Submit A Cir. Hooks (i.e. P/n: Model Apr-356-cbh) Must Be Renewed At Every 48 Months With Gfp. Renew Hooks If Certification Is Expired. 3.2.1.1 Mandatory Turn-in Item (mti) Removal. If Required To Be Renewed, The Contractor Must Remove The Existing Mti Hooks And Turn Over To The Cor. 3.3 Special Requirements For Various Components. If A Change Request Has Been Authorized For Additional Work On Any Of The Components Listed In Table 4 Below, The Contractor Must Perform Work In Accordance With The Corresponding Appendix Or Paragraph Of Sflc Std Spec 5000. table 4 - Special Requirements component appendix & Paragraph In Sflc Std Spec 5000 fluids c2.1 hose Assemblies c2.2 piping And Tubing c2.3 valves And Manifolds c2.4 gages c2.5 gas Charged Accumulators c2.6 heat Exchangers And Fluid Coolers c2.7 systems c2.8 fastener Assemblies d2.1 wire Rope Assemblies d2.2 brakes And Clutches d2.3 open Gearing And Gear Reducers d2.4 note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.4 Operational Test, Post Repairs. After Completion Of Work, The Contractor Must Thoroughly Test, In The Presence Of The Coast Guard Inspector And Demonstrate All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed To Be In Satisfactory Operating Condition. Submit A Cfr. 3.4.1 The Contractor With Tech Rep Support Must Perform A Dockside Test, Consisting Of Launching The Gfp Boat To Test Constant Tension Function, Wire Rope Tension, Ct Select Button, Control Function, Ct Engage, Brake Release Etc. Submit A Cfr. 3.5 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Exterior And Interior Surfaces To Match Existing Adjacent Surfaces, In Accordance With Sflc Std Spec 6310. Abide By All Touch-up Requirements Outlined In Sflc Std Spec 6310. note government Will Provide 72 Hours Of Advance Notice To The Contractor For Sea Trial Support By The Tech Rep. 3.6 Sea Trial. The Contractor Must Provide Tech Rep Support To Test Operational Capability Of The Dual Point Davit With Gfp In Accordance With Tp. Estimated Time For Sea Trial Is Eight Hours. Perform An At Sea Test Launching The Gfp Boat To Test Constant Tension Function, Wire Rope Tension, Ct Select Button, Control Function, Ct Engage, Brake Release Etc. Ensure All Functions Are In Satisfactory Operating Conditions. Submit A Cfr. 4. Notes figure 1: Dual Point Davit Maintenance Table
EllisDon Construction Services Inc Tender
Aerospace and Defence
Canada
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: Advanced Procurement Notice Future Fighter Capabilities Project (ffcp) Cfb Cold Lake, Ab (with Security Requirements) Purpose Of This Advanced Procurement Notice This Is Not A Bid Solicitation. This Is An Advanced Procurement Notice (apn) Of Potential Contracts With Anticipated Security Requirements To Provide Interested Contractors, Suppliers, And Vendors An Opportunity To Begin The Sponsorship Request Process For Potentially Obtaining The Required Security Clearance(s) That Are Anticipated. Note That There Is No Guarantee That These Contracts Will Proceed Or That Any Security Clearance(s) Will Be Granted Under The Sponsorship Process In A Timely Fashion Or Otherwise. Description Of The Project Ellisdon Construction Services Inc. (ellisdon) As The Design Builder, Along With Its Design Partner, Stantec Have Been Contracted To Provide Design Services And Constructability Oversight To Complete The Design Of The Royal Canadian Air Force (rcaf) Infrastructure That Will Support The Future Fighter Capability Project (ffcp). The Infrastructure Will Provide Shelter And A Working Environment Capable Of Supporting The Operation And Maintenance Of A Yet To Be Determined Advanced Fighter Aircraft. Design Has Progressed Significantly With Various Tender Packages Forthcoming Tentatively To Start In Q3 2024, With Project Construction Being Conditional On The Project Receiving Approval To Proceed From Dnd. details On Upcoming Projected Tender Packages To Follow Via Amendment. Prior To This, Ellisdon Is Seeking Interested Parties Consisting Of Trade Contractors, Vendors, And Suppliers To Ensure That They Have All Necessary Security Clearances In Place Prior To This As This Is A Requirement For This Project. Description Of The Scope Of Works Project Construction Is Conditional On The Project Receiving Approval To Proceed From Dnd. Project Scope And Summary Are Noted Below. Contract Number: 71947 Title: Modified Design Build Services For Fighter Squadron Facility Building Size: Approximately 555,000 Sf Anticipated Posting Date: q3 2024 Description: construction Of A New A Fighter Squadron Facility Consisting Of Two Fully Operational tactical Fighter Squadrons (tfs) And The Operational Training Unit (otu), including But Not Limited to: Offices, Administrative Spaces, Mission Planning Rooms, Briefing / De-briefing Rooms, Meeting rooms, Classrooms, Auditorium, Speciality Training Rooms Including Simulators (sims) accommodations And Part-task Trainers Accommodations, Hangars, Maintenance Bay Facilities, specialty Aircraft Maintenance Labs, Shops And Storage, It Offices And Server Rooms, Building support Spaces, And Common Spaces. This Work Package Will Also Include The Construction Of Nearby Airfield Pavements, Apron And Taxiway Access Lane Edge Lighting, And Apron Flood Lighting consisting Of Concrete And Asphalt. Construction Of Infrastructure Will Encompass The Following Scopes Of Work. Scope Of Work, Using Masterformat Divisional Breakdown As A Reference, May Include, But Are Not Limited To: Masterformat Division Scope Of Work 01 45 00 Surveying 01 45 00 Material Testing 01 45 00 Third Party Inspection (roof, Structural, Geotechnical) 01 52 00 Temporary Facilities (trailers, Toilets, Fencing, Waste Bins) 01 54 19 Tower Cranes 01 54 23 Scaffolding 02 41 19 Selective Demolition 03 11 00 Concrete Formwork 03 15 00 Concrete Accessories 03 20 00 Reinforcing Steel 03 30 00 Concrete Supply 03 35 00 Concrete Placing & Finishing 03 45 00 Precast Specialties 04 00 00 Masonry 05 10 00 Structural Steel 05 30 00 Metal Decking 05 50 00 Miscellaneous Steel 05 70 00 Ornamental (specialized) Metals 06 20 00 Millwork / Architectural Woodwork 07 10 00 Damp Proofing & Waterproofing 07 40 00 Metal Roofing, Cladding & Siding 07 50 00 Membrane Roofing 07 80 00 Firestopping & Fireproofing 07 90 00 Caulking 08 10 00 Openings – Doors, Frames & Hardware 08 33 00 Coiling Doors & Grilles 08 34 16 Hanger Doors 08 35 00 Folding Doors & Grilles 08 36 00 Overhead Doors 08 40 00 Aluminum Entrances, Storefronts & Curtain Wall 08 80 00 Glazing 08 87 00 Window Film 09 21 16 Gypsum Board Assemblies 09 51 14 Acoustic Panels 09 60 00 Flooring 09 66 00 Tiling 09 67 00 Fluid Applied Flooring 09 69 00 Access Flooring 09 90 00 Painting 10 11 00 Visual Display Boards 10 14 00 Signage 10 22 19 Demountable Partitions 10 26 00 Wall, Corner, Door Protection 10 28 00 Bathroom Accessories & Toilet Partitions 10 51 00 Lockers 10 75 00 Flagpoles 11 30 00 Appliances 11 61 00 Theater And Stage Equipment 11 66 00 Athletic Equipment 11 81 29 Fall Arrest Systems 11 98 00 Detention Equipment 12 00 00 Furnishings 12 20 00 Window Coverings 14 20 00 Elevator & Lifts 21 00 00 Fire Suppression 22 00 00 Mechanical – Plumbing 23 00 00 Mechanical – Heating, Ventilation And Air Conditioning (hvac) 25 00 00 Integrated Automation 26 00 00 Electrical 28 10 00 Access Control 31 00 00 Earthworks 31 60 00 Piling 32 10 00 Paving 32 16 00 Sidewalk Curb & Gutter 32 31 00 Fencing 32 90 00 Landscaping 33 00 00 Utilities & Underground 34 73 00 Airfield Construction - Apron 41 22 00 Overhead Cranes 48 16 00 Geothermal Energy Project Prequalification And Anticipated Security Requirements In Order To Be Eligible To Participate In The Upcoming Project Prequalification Process, The Interested Party Will Be Required To, Among Other Things, Actively Hold All Required Security Clearance(s) At The Time Of Closing. this Will Also Be Noted in All Upcoming Solicitation Tender Documents. As Of The Date Of Posting Of This Advance Procurement Notice, The Required Security Clearance(s) Are Anticipated To Be: * for Areas Established As Security And High Security Zones - A Valid And Active Facility Security Clearance (fsc) At The Level Of Secret Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) * For Areas Established As Public, Reception And Operations Zones - A Valid And Active Designated Organization Screening (dos) At The Level Of Reliability Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) Industrial Security Program (isp) Sponsorship Defence Construction Canada (dcc) Is Providing Interested Parties Early Access To The Security Clearance Application Process Through Sponsorship Under Its Industrial Security Program (isp). Accordingly, Interested Parties That Are Interested In Submitting Or Participating In A Proposal/bid For These Procurements That Fall Under This Program And That Do Not Actively Hold The Above Identified Security Clearance(s) Should Begin The Security Clearance Application Process By Applying Through Dcc’s Isp. To Begin The Security Clearance Sponsorship Process, Please Submit A Sponsorship Request Application To Dcc By Following The Steps Identified On Dcc’s Website At: Https://www.dcc-cdc.gc.ca/industry/security-requirements In Their Sponsorship Request Application To Dcc, Interested Parties Are Asked To Quote The Following Information, Among Other Things: * Contract Number As Referenced Above; And * Level Of Clearance Requested To Be Sponsored For. Sponsorship Process Timeline Sponsorship Timeline Is Currently As Follows: * Thirty (30) Calendar Days Prior To Planned Tender Closing, For Designated Organization Screening (dos); And * Sixty (60) Calendar Days Prior To Planned Solicitation/tender Closing, For Facility Security Clearance (fsc) At The Level Of Secret. Questions Any Questions Pertaining To The Isp Sponsorship Process Outlined In This Advanced Procurement Notice Can Be Addressed To: Telephone: (613) 998-8974 Email Address: Isp.sponsorship@dcc-cdc.gc.ca Any Questions, Exclusive Of Security Sponsorship, Relating To This Advanced Procurement Notice Can Be Addressed To: Scott Barabash, Cet, Gsc, Cec Senior Estimator Ellisdon Construction Services Inc. 780-444-3042 Sbarabash@ellisdon.com Disclaimer Dcc Nor Ellisdon Do Not Provide Any Assurances Or Guarantees That A Sponsorship Request Package Or A Security Clearance Application Forwarded To The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) On Behalf Of A Interested Party Will Be Successful Or Result In The Granting Of The Requested Security Clearance(s) By The Csp, Pwgsc, In A Timely Fashion. At All Times, The Processing Of A Sponsorship Request Package Or A Securiy Clearance Application Is Subject To The Respective Terms, Conditions, And Timelines Of Dcc's Isp Sponsorship Process And The Csp, Pwgsc's Security Clearance Granting Process. By Applying To Either Of The Aforementioned Processess, The Interested Party Accepts And Agrees To Bear Any Risks Associated With: (i) The Completeness Or Accuracy, Or Lack Thereof, Of Its Application Or Related Documents Submitted Under Or In Connection With Either Said Processes, And (ii) The Timeliness, Or Lack Thereof, Of Any Processing Or Granting Of Security Clearance(s) Under Or In Connection With Either Said Processes.
Bgis Pwgsc Rp1 Tender
Civil And Construction...+1Drainage Work
Canada
Closing Date28 Feb 2025
Tender AmountRefer Documents
Details: The Work Consists Of: Providing The Complete Mobilization Required For The Completion Of The Work (crane, Containers, Protection) The Removal Of The Components Of The Existing Roof Up To The Existing Concrete Decking. The Removal Of All Flashings, Existing Metal Counter-flashings At The Parapets, At The Bases Of Devices And At The Upstands Of The Walls. The Installation Of A New White Roof Composition, In Two-layer Elastomeric Membrane, With New Roof Drains. The Complete Installation Of An Anti-fall System (anchors + Lifelines). The Installation Of New Ladders
DEPT OF THE ARMY USA Tender
Machinery and Tools
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents
Details: W912ee this Sources Sought Notice Is Being Conducted By The U.s. Army Corps Of Engineers, Vicksburg District Strictly For Market Research To Determine Interest Of Potentially Qualified Small Business Firms, Relative To The North American Industry Classification Code (naics) 332410, “power Boiler And Heat Exchanger Manufacturing,” With Small Business Size Standard Of 750 Employees. the Government Desires To Offer This Requirement For Competition Under A Small Business Set-aside, Provided 2 Or More Qualified Small Businesses Are Identified That Are Determined To Be Capable Of Providing The Required Product(s). We Encourage Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), To Identify Their Capabilities In Meeting The Requirement At A Fair Market Price. the Purpose Of This Sources Sought Notice Is To Seek Capability Statements From Interested Small Businesses Concerns Capable Of Providing The Product Detailed Below, Along With Providing Technical And Physical Assistance In The Installation And Commissioning Process. responses To This Sources Sought From Large Businesses Are Not Required At This Time. This Is Not A Request For Technical Or Cost/price Proposals. This Notice Is Issued Solely For Information And Planning Purposes – It Does Not Constitute A Request For Quote (rfq)/invitation For Bid (ifb)/request For Proposal (rfp) Or A Promise To Issue An Rfq, Ifb Or Rfp In The Future. This Notice Does Not Commit The Government To A Contract For Any Supply Or Service. Further, The Government Is Not Seeking Quotes, Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Sources Sought Notice. The Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. Submittals Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfq Or Ifb Or Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized At Www.sam.gov. . It Is The Responsibility Of Potential Offerors To Monitor Www.sam.gov. For Additional Information Pertaining To This Requirement. work Statement Scope Of Work the Usace Mat Sinking Unit Requires A Replacement Hot Water Boiler On Power Barge 5014. The Existing Boiler Is No Longer Usable For Long Term Use And Will Be Disposed Of By The Government. The Contractor Shall Be Responsible For The Takedown/removal Of The Existing Boiler From The Barge (usace Will Assist) And The Delivery And Installation Of The New Boiler And Ancillary Equipment As Listed In The Requirements. The Usace Mat Sinking Unit Will Be Responsible For Lifting The Boiler And Ancillary Equipment Using The Mat Sinking Unit’s Forklift/crane And For Setting The Boiler/equipment Into Place Where It Will Be Installed By The Contractor. Usace Will Be Responsible For Disposal Of The Existing Boiler. requirements one (1) New, Unused, 300 Horsepower Hot Water Boiler – Hurst 500 Series Or Equivalent inspected And Registered With The National Board Of Boiler & Pressure Vessel Inspectors designed, Constructed, And Stamped In Accordance With Asme Boiler Codes 4-pass Scotch Marine Hot Water Boiler With Wetback Design/construction heating Surface Of Minimum 1500 Square Feet minimum Gross Output – 11,000 Mbh feedwater Connection Size Of 2” two High Pressure Blowdown Connections (1.5” Size) two Low Pressure Blowdown Connections (2” Size) shell Inner Diameter Minimum 84” overall Dimensions (including Trim) – Maximum Of 216” X 108” (18’ X 9’) boiler Attached With Extra Heavy-duty Skids & Supports skid Dimensions – Maximum Of 180” X 72” (15’ X 6’) approximate Weight – Maximum 25,000 Lbs. (12.5 Tons) ul Listed Burner gas, Oil, Or Combination Forced Draft Burners fully Automated Controls asme Code Piping To Second Valve wetback Turnaround Split Tube Sheets flame Sight Port fully Trimmed With All Safety Controls And Asme Code Piping hinged Access Doors exhaust Stack Damper operating And High Limit Temperature Control modulating Temperature Control probe Type Low Water Cut-off Control W/ Manual Reset combination Pressure & Temperature Gauge hot Water Return Baffle For Shock Resistance safety Relief Valves Per Asme Code stack Thermometer 250-gallon Minimum Hot Well System Compatible With Boiler 250-gallon Minimum Expansion Tank Compatible With Boiler contractor Shall Perform Startup And Testing Of Functionality Of Boiler contractor Shall Provide Basic Orientation Explaining Function Of The Boiler To The Mat Sinking Unit Crew Members delivery And Period Of Performance the Contractor Is Required To Complete Installation And Testing Of The Boiler By No Later Than July 31, 2025. All Aspects Of The Boiler Shall Be Testing And Fully Functional As Of July 31, 2025. The Boiler Shall Be Installed On Power Barge 5014, Where Startup/testing And Orientation Will Occur. north American Industrial Classification System (naics) Code Applicable To This Sources Sought Is 332410 “power Boiler And Heat Exchanger Manufacturing. The Small Business Size Standard For This Sources Sought Is 750 Employees. this Naics Code Is Not Included On The Small Business Administration (sba) Non-manufacturer Rule Class Waiver List Therefore Federal Acquisition Regulation (far) 52.219-33 Nonmanufacturer Rule Is Applicable. Therefore, A Small Business Shall Provide A Product Of Which Is Manufactured By A Small Business. interested Companies Responding To This Sources Sought Should Include The Following Information: 1. Company Name, Address, Phone Number, Email, Uei Number, Cage Code, Point Of Contact (poc) Name, As Well As Business Category (small Businesses Or Other Than Small To Include Subsets). 2. Information Describing The Company’s Capability To Perform And Past Performance. Provide Specific Capabilities On Relevant Work The Same Or Similar In Size And Complexity. Include Contract Number, Contract Description, Dollar Value And A Customer Point Of Contact, Telephone Number And Email Address. Identify Whether Your Firm Was A Prime Vendor Or Subcontractor. 3. Provide Company Business Size Based On Naics Code 332410. Also, Provide Business Type ((i.e., Small Business Or Other Than Small) And All Applicable Socio-economic Category Information (service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.)). 4. Provide A Statement Of Interest In The Project. 5. A Narrative Statement Demonstrating Your Firm’s Capability And Experience Supplying And Installing Water Boilers And Associated Equipment As Described Above. Your Response Should Include The Following Information: Details Of Similar Contracts/projects (within The Past 5 Years) To Include Contract Number, Dates Of Service, Project References (including Owner With Phone Number And Email Address), Size And Scope Of Contract/project. Narratives Should Be No Longer Than Three Pages On An 8 ½ X 11" Size Paper And No Less Than 11point Font. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than 5 Single Sided Pages That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Responses To This Notice Are Due No Later Than 2:00 P.m., Central, 19 February 2025, Via Email To Afton.riles@usace.army.mil And Dustin.g.cannada@usace.army.mil. Phone Calls Will Not Be Accepted. interested Parties Should Register On-line And Subscribe To Receiving Procurement Announcements Related To This Sources Sought Notice At Www.sam.gov. Any Questions Related To This Notice Shall Be Submitted In Writing To The Point Of Contact Listed. All Information Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-government Personnel And Entities. any Future Solicitation, Including Specifications And/or Drawings, Will Be Made Available On The Sam.gov Website (https://www.sam.gov/). Interested Parties Are Solely Responsible For Monitoring The Aforementioned Website For The Release Of A Solicitation Package And/or Any Updates/amendments.
Bgis Pwgsc Rp1 Tender
Civil And Construction...+1Drainage Work
Canada
Closing Date7 Mar 2025
Tender AmountNA
Details: The Work Consists Of: Providing The Complete Mobilization Required For The Completion Of The Work (crane, Containers, Protection) The Removal Of The Components Of The Existing Roof Up To The Existing Concrete Decking. The Removal Of All Flashings, Existing Metal Counter-flashings At The Parapets, At The Bases Of Devices And At The Upstands Of The Walls. The Installation Of A New White Roof Composition, In Two-layer Elastomeric Membrane, With New Roof Drains. The Complete Installation Of An Anti-fall System (anchors + Lifelines). The Installation Of New Ladders
DEPT OF THE ARMY USA Tender
Machinery and Tools
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents
Details: This Sources Sought Notice Has Been Reactivated To Include The Following Anticipated Period Of Performance: 7 Month Base, 7 April 2025 - 7 November 2025; Option Year 1, 8 November 2025- 7 November 2026; Option Year 2, 8 November 2026 - 7 November 2027;option Year 3, 8 November 2027- 7 November 2028;option Year 4, 8 November 2028 - 7 November 2029; And The Option To Extend Services (52.217-8),8 November 2029- 7 May 2030. this Is A Sources Sought Notice Only. The U.s. Government Desires To Perform Maintenance And Repair Of Commercial, Industrial Machinery Equipment (i.e. Cranes, Hoists, Scales, Dock Levelers, And Vehicle Lifts) As Defined In The Performance Work Statement (pws) On A Small Business Set-aside Basis, Provided 2 Or More Qualified Small Businesses Will Respond To This Sources Sought Notice With Information Sufficient To Support A Set-aside. Be Advised That The U.s. Government Will Not Be Able To Set Aside This Requirement If 2 Or More Small Businesses Do Not Respond With Information To Support The Set-aside. We Encourage All Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), To Identify Their Capabilities In Meeting The Requirement At A Fair Market Price Or Consideration Of A Further Set Aside. this Notice Is Issued Solely For Information And Planning Purposes – It Does Not Constitute A Request For Quote (rfq)/invitation For Bid (ifb)/request For Proposal (rfp) Or A Promise To Issue An Rfq, Ifb Or Rfp In The Future. This Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The U.s. Government Is Not Seeking Quotes, Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Sources Sought Notice. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. Submittals Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfq Or Ifb Or Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government-wide Point Of Entry. It Is The Responsibility Of Potential Offerers To Monitor The Government-wide Point Of Entry For Additional Information Pertaining To This Requirement. The Anticipated Naics Code(s) Is: 811310, “commercial And Industrial Machinery And Equipment (except Automotive And Electronic)”, With Small Business Size Standard Of $ $12.5 Million. a Continuing Need Is Anticipated For Maintenance And Repair Of Commercial, Industrial Machinery Equipment Which Is Currently Being Fulfilled By The U S Army Corps Of Engineers (w912pm19c0035). Attached Is A Draft Copy Of The Performance Work Statement (pws) Which Includes The Performance Requirements Summary (prs), And The Technical Exhibit. in Response To This Sources Sought Notice, Please Provide: 1.name Of The Firm, Point Of Contact, Phone Number, Email Address, Duns Number, Cagecode, A Statement Regarding Small Business Status (including Small Businesstype(s)/certifications(s) Such As Sdb, 8(a), Hubzone, Sdvosb, Wosb, Etc.) And Thecorresponding Naics Code. 2.identify Whether Your Firm Is Interested In Competing For This Requirement As A Primecontractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Bepursued, If Any. 3.provide Information In Sufficient Detail Regarding Previous Experience (indicate Whether As Aprime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity,timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination. Supply Information To Help Determine The Basis For The Pricing Information (e.g., Market Pricing, Catalog Pricing), Delivery Schedules, Customary Terms And Conditions, Warranties, Etc. 4.provide Information To Help Determine If The Services For Maintenance And Repair Ofcommercial, Industrial Machinery Equipment Are Commercially Available, Including Pricinginformation, Basis For The Pricing Information (e.g., Market Pricing, Catalog Pricing), Deliveryschedules, Customary Terms And Conditions, Warranties, Etc. 5.identify How The Army Can Best Structure These Contract Requirements To Facilitate Competitionby And Among Small Business Concerns. 6.identify Any Condition(s), Action(s) That May Have The Effect Of Unnecessarily Restrictingcompetition With Respect To This Acquisition. Please Contact The Micc Advocate For Competition,scott Kukes, At Email: Scott.d.kukes.civ@mail.mil Or Phone: (210) 466-3015, If You Believe Thatthis Action Is Unreasonably Restricting Competition. Include The Subject Of The Acquisition, Thisannouncement, And The Micc Poc Information From The Sam.gov Notice. Provide The Specificaspects That Unreasonably Restrict Competition And The Rationale For Such Conclusion. 7.recommendations To Improve The Approach/specifications/draft Pws/prs To Acquiring Theidentified Items/services.
2551-2560 of 2590 archived Tenders