Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
SOL #: 140R1025B0001Sources Sought
Overview
Buyer
Interior
Bureau Of Reclamation
PACIFIC NW REGION PN 6615
BOISE, ID, 83706, United States
Place of Performance
Place of performance not available
NAICS
Overhead Traveling Crane (333923)
PSC
Repair Or Alteration Of Epg Facilities Hydro (Z2MD)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Oct 4, 2024
2
Last Updated
Dec 6, 2024
3
Response Deadline
Nov 5, 2024, 12:00 AM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
This is a Sources Sought announcement only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A PROPOSED SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2 and no contract shall be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests. No solicitation is currently available. Draft specifications are subject to change. This market research is to gain knowledge of interest, capabilities and qualifications of interested Small Business Firms. Responses to this Sources Sought will help to shape the acquisition strategy in developing a competitive requirement.
The Columbia-Pacific Northwest Regional Office of the U.S. Bureau of Reclamation is conducting market research for a Construction contract. The work is located at John W Keys, III Pump-Generating Plant, located approximately 80 miles west of Spokane, WA, in Grant County, near the city of Coulee Dam.
The components of work will be:
A. Design and build two crane replacements at John W. Keys, III Pump-Generating Plant.
B. The 70T Star Iron and Steel Gantry Crane and the 60T Whiting Bridge Crane replacement will involve the total replacement of each crane in entirety. This includes the crane structure, mechanical and electrical components, and power supply up to the main power disconnect switch.
Principle Components of work include:
Designing, coordinating, furnishing materials, and performing work for:
Existing cranes removal and disposal.
Existing cranes rail adjustment and alignment or replacement.
New cranes installation.
Asbestos and hazardous materials abatement.
Fabrication.
Electrical power supply replacement up to the respective main power disconnects.
Commissioning. - Perform load tests and provide operation and maintenance training.
C. The estimated magnitude for this project is between $10,000,000 - $20,000,000.
Sources Sought are being sought for firms with a North American Industry Classification System (NAICS) code of 333923, Overhead Traveling Crane, Hoist, and Monorail System Manufacturing with a Small Business Size Standard in number of employees at 1,250. NAICS code 333923 is not currently identified on the list of codes for Women Owned Small Businesses (WOSB). Small Business, 8(a), Woman Owned Small Business, Service-Disabled Veteran Owned Small Business, HUBZone and Indian Small Business Economic Enterprise (ISBEE) contractors are highly encouraged to respond to this Sources Sought notice. After review of the responses to this announcement and if the Government still plans to proceed with this project; a separate solicitation announcement will be published on www.sam.gov. Responses to this announcement are not an adequate response to any future solicitation announcement.
Responses are requested with the following information, which shall not exceed a total of eight pages:
1. Name, address, SAM.gov UEI number, and points of contact with telephone numbers and e-mail addresses.
2. Business size/classification to include any/all designations as Small Business, HUBZone, Woman Owned Small Business, Service-Disabled Veteran Owned Small Business, 8(a), or Indian Small Business Economic Enterprise (ISBEE) shall be clearly indicated in the submission.
3. Description of capability to perform Construction as described above.
4. Past Performance/experience on contracts of similar scopes of work or construction contracts, describing no more than three (3) contracts (or specific task orders) completed within the past five years of the issue date of this Sources Sought Notice. The past performance information shall include project title, location, general description of the Construction to demonstrate relevance to the proposed project, the Offerors’ role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). If submitting past performance/experience on a project in the role of a subcontractor, include the Prime Contractor’s name and a quantifiable amount (percentage) of the project your company contributed to the overall scope of work. Prime Contractor experience is preferred but not required.
NO RESPONSES WILL BE ACCEPTED BY FAX.
Responses will not be returned. Telephonic responses will not be honored. Please respond by email only. Send responses to the Contract Specialist, Stacey Hall at shall@usbr.gov
Responses will be accepted until COB, Monday, Nov 4th 2024.
**Draft Drawings are available upon completion of a non-disclosure agreement (NDA) form. Drawings will not be provided unless an NDA is completed. Please contact Stacey Hall at shall@usbr.gov to request an NDA form**
The Columbia-Pacific Northwest Regional Office of the U.S. Bureau of Reclamation is conducting market research for a Construction contract. The work is located at John W Keys, III Pump-Generating Plant, located approximately 80 miles west of Spokane, WA, in Grant County, near the city of Coulee Dam.
The components of work will be:
A. Design and build two crane replacements at John W. Keys, III Pump-Generating Plant.
B. The 70T Star Iron and Steel Gantry Crane and the 60T Whiting Bridge Crane replacement will involve the total replacement of each crane in entirety. This includes the crane structure, mechanical and electrical components, and power supply up to the main power disconnect switch.
Principle Components of work include:
Designing, coordinating, furnishing materials, and performing work for:
Existing cranes removal and disposal.
Existing cranes rail adjustment and alignment or replacement.
New cranes installation.
Asbestos and hazardous materials abatement.
Fabrication.
Electrical power supply replacement up to the respective main power disconnects.
Commissioning. - Perform load tests and provide operation and maintenance training.
C. The estimated magnitude for this project is between $10,000,000 - $20,000,000.
Sources Sought are being sought for firms with a North American Industry Classification System (NAICS) code of 333923, Overhead Traveling Crane, Hoist, and Monorail System Manufacturing with a Small Business Size Standard in number of employees at 1,250. NAICS code 333923 is not currently identified on the list of codes for Women Owned Small Businesses (WOSB). Small Business, 8(a), Woman Owned Small Business, Service-Disabled Veteran Owned Small Business, HUBZone and Indian Small Business Economic Enterprise (ISBEE) contractors are highly encouraged to respond to this Sources Sought notice. After review of the responses to this announcement and if the Government still plans to proceed with this project; a separate solicitation announcement will be published on www.sam.gov. Responses to this announcement are not an adequate response to any future solicitation announcement.
Responses are requested with the following information, which shall not exceed a total of eight pages:
1. Name, address, SAM.gov UEI number, and points of contact with telephone numbers and e-mail addresses.
2. Business size/classification to include any/all designations as Small Business, HUBZone, Woman Owned Small Business, Service-Disabled Veteran Owned Small Business, 8(a), or Indian Small Business Economic Enterprise (ISBEE) shall be clearly indicated in the submission.
3. Description of capability to perform Construction as described above.
4. Past Performance/experience on contracts of similar scopes of work or construction contracts, describing no more than three (3) contracts (or specific task orders) completed within the past five years of the issue date of this Sources Sought Notice. The past performance information shall include project title, location, general description of the Construction to demonstrate relevance to the proposed project, the Offerors’ role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). If submitting past performance/experience on a project in the role of a subcontractor, include the Prime Contractor’s name and a quantifiable amount (percentage) of the project your company contributed to the overall scope of work. Prime Contractor experience is preferred but not required.
NO RESPONSES WILL BE ACCEPTED BY FAX.
Responses will not be returned. Telephonic responses will not be honored. Please respond by email only. Send responses to the Contract Specialist, Stacey Hall at shall@usbr.gov
Responses will be accepted until COB, Monday, Nov 4th 2024.
**Draft Drawings are available upon completion of a non-disclosure agreement (NDA) form. Drawings will not be provided unless an NDA is completed. Please contact Stacey Hall at shall@usbr.gov to request an NDA form**
People
Points of Contact
Hall, StaceyPRIMARY
Files
Files
No files attached to this opportunity
Versions
Version 2
Pre-Solicitation
Posted: Dec 6, 2024
Version 1Viewing
Sources Sought
Posted: Oct 4, 2024