Federal Bid

Last Updated on 05 Apr 2019 at 8 AM
Sources Sought
Penn Pennsylvania

Puget Crane Replacement 3071

Solicitation ID W912BU-3071Puget
Posted Date 06 Mar 2019 at 3 PM
Archive Date 05 Apr 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Penn Pennsylvania United states 19107
This is a Sources Sought Notice and is for INFORMATION PURPOSES ONLY. This IS NOT a REQUEST for PROPOSALS, QUOTATIONS, or BIDS. Responses to this request will not be returned. Not responding to this sources sought does not preclude participation in any future and potential solicitation. It is the intent of the Contracting Office to use this information for market research purposes only. The survey is being conducted to determine the interest of industry within NAICS codes # 333120, and establish that there are adequate Large and/or Small Business (HUBZONE 8(a) or Service Disabled Veteran Owned Small Business) contractors for providing a pedestal mounted crane. The Government WILL NOT pay for the provision of any information, nor will it compensate any respondents for the development of any such information. If a formal solicitation is released, it will be via the Federal Business Opportunities (http:www.fbo.gov).
The Army Corps of Engineers Marine Design Center intends to procure a new pedestal type knuckle boom marine crane that will be installed on the Motor Vessel Puget for the Seattle District. The new crane is to replace the existing Link Belt HC-218 crane. It will be used for debris removal as well as routine maintenance and construction activities for the navigable channels, navigation locks, and breakwaters within the Puget Sound and surrounding vicinity. The Government is issuing this Request for Information (RFI) to identify the resources available and interested parties to engineer, design, and build a new pedestal crane to mount on the M/V Puget. This RFI is for the supply of the crane and its attachments only. Barge construction and shipyard installation of the crane is outside the scope of the RFI.
The fixed crane shall have the following features:
• Marine Floating Service
• Pedestal Mounted
• Knuckle Boom of 70 ft. boom length minimum
• Self-contained diesel generator/HPU
• 360 degree revolving lift:
o 42,000 lbs. at 40 ft. radius
o 19,000 lbs. at 70 ft. radius
o Out of level limits of at least 5° machine list or trim
• Hydraulic coupler at the boom head to allow for the mounting of a grapple or head box for lifting
• Grapple rated to handle the revolving weights listed above
• Ability to utilize an appropriately sized clamshell
• Capability to perform lift operations in winds up to 40 mph
• 13 ft. maximum tail swing radius
• Maximum overturning moment of 1.2 million ft.-lbs. at maximum radius
• The crane shall conform to the following standards:
o API 2C with independent 3rd party verification and ABS Certification
o EM385-1-1, http://www.usace.army.mil/Safety-and-Occupational-Health/Safety-and-Health-Requirements-Manual/
• Heated/Air Conditioned cab
• Heaters for fluids, brakes, and electrical components
• Cold weather starting package
• Capable of operating in -20 Degrees F
• Minimum (4) LED boom lights with power source
• Integrated Load Moment Indicator with safety cut outs
• Foot pedal actuated swing break
Requirements for the response below:
All interested business concerns for this requirement shall provide the following information when responding to this RFI:
1. Company name.
2. DUNS number.
3. Type of business concern large business or small business (please identify type of small business).
4. Years in business.
5. Acknowledgement of ability to bond the value of the crane.
6. Statement of capability and qualifications of the organization to perform the requirement.
7. List of similar projects worked on over the past 10 years and services provided on those projects.
8. Datasheet and floating service load chart with the machine list and trim limits identified for the crane(s) that would be offered to meet this requirement.
9. Narrative explaining whether the Offeror would meet the requirements with a crane that is based on a currently available product line platform (i.e. previously manufactured and placed in service). If the Offeror can meet the requirement, however it requires significant engineering and/or modifications, the Offeror shall identify that as well.
10. Statement of lead time necessary for design, fabrication, and delivery after receipt of order.

**The North American Classification System (NAICS) codes for this acquisition is #333120. **

** EACH SUBMISSION SHOULD NOT EXCEED 10 PAGES TOTAL**

Notice to potential contractors: All offerors who provide goods or services to the Federal Government must be registered in the System for Award Management (SAM) located on the website https://www.sam.gov/portal/publi/SAM/#1 . Additionally, all Services Disabled/Veterans Owned Business or Veterans Owned Small Business must be registered with the Department of Veterans Affairs Center of Veterans Enterprise Vet Biz Registry located at http://vip.vetbiz.gov .

Responses should be submitted electronically via e-mail to:

Michael J. Hunter
Contract Specialist
[email protected]
Office Phone: 215-656-6774
All responses shall be received on or before 21 March 2019, 2:00 PM EST.

Bid Protests Not Available

Similar Past Bids

Penn Pennsylvania 30 Aug 2019 at 6 PM
Location Unknown Not Specified
Location Unknown 12 Jun 2025 at 4 AM
Puget sound Washington 16 Feb 2017 at 9 PM
Dahlgren Virginia 16 Jul 2020 at 4 PM

Similar Opportunities

Location Unknown 14 Jul 2025 at 4 AM
Pennsylvania 11 Jul 2025 at 4 AM (estimated)
Pennsylvania 11 Jul 2025 at 4 AM (estimated)
Spokane Washington 29 Aug 2025 at 1 PM