Pennsylvania Bids > Bid Detail

Rental Equipment for Hydraulic Demolition Project

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159637998137576
Posted Date: Jun 6, 2023
Due Date: Jun 16, 2023
Solicitation No: W911WN23SS0011
Source: https://sam.gov/opp/3b1c357e07...
Follow
Rental Equipment for Hydraulic Demolition Project
Active
Contract Opportunity
Notice ID
W911WN23SS0011
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
US ARMY ENGINEER DISTRICT PITTSBURG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jun 06, 2023 12:54 pm EDT
  • Original Published Date: Jun 06, 2023 12:52 pm EDT
  • Updated Response Date: Jun 16, 2023 11:00 am EDT
  • Original Response Date: Jun 16, 2023 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jul 01, 2023
  • Original Inactive Date: Jul 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 333996 - Fluid Power Pump and Motor Manufacturing
  • Place of Performance:
    Monaca , PA 15061
    USA
Description View Changes

Description:





This is a SOURCES SOUGHT NOTICE only. This is not a Request for Proposal/Bid/Quotation and neither specifications, nor drawings are available at this time. This request does not obligate the Government in any contract award. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. Do not submit cost proposals or cost information. Response to this notice is strictly voluntary and will not affect any firm’s ability to submit a proposal if and when a solicitation is issued.





A market survey is being conducted in order to make acquisition decisions about this future project and to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8(a), Woman-Owned Small Business, or Service-Disabled Veteran Owned Small Business you are encouraged to respond. All responses from interested and capable sources submitted will be considered.





Project Title: Rental Equipment for Hydraulic Demolition Project





Scope of the Proposed Acquisition:





The details covered by this section of the specifications consists of the requirements for the vendors rental equipment. USACE seeks to rent hydro demolition equipment and supporting machinery to facilitate repairs of no less than 20 monolithic joints within the Main Chamber of the Montgomery Lock. Hydro demolition is required to remove vertical concrete at a maximum depth of 1’, a minimum width of 3’ and a maximum width of 7’per pass. Existing concrete is reinforced with a layer of welded wire mesh roughly 3” beneath the surface and doweled in with #6 hooks.





High Pressure Water Blasting System Specifications



• Fuel Type: Diesel



• Minimum Horsepower: 600 HP



• Minimum Rated Gallons/Minute: 43 GPM



• Minimum Rated PSI: 20,000 PSI



• Minimum Rated BAR: 1,400



• Weight: NTE 20,000 lbs



• Length: NTE 18’



• Width: NTE 8’



• Height: NTE 8’



• Intake Hose: High Pressure 75’-150’



• Discharge Hose: High Pressure 75’-150’



• Must Have Crane Lifting Points.



• Must be setup to take water supply from river.





Hydro Demolition Robot Specifications



• Minimum Cutting Height Overhead: 12’



• Minimum Cutting Height – Vertical: 15’



• Minimum Cutting Reach – Vertical: 10’



• Minimum Cutting Reach – Horizontal: 12’



• Minimum Cutting Below Track Level: 6’



• Cutting Width: 3’-7’



• Weight: NTE 7,000 lbs



• Length: NTE 14’



• Width: NTE 6’



• Height: NTE 8’



• Must Have Crane Lifting Points.







Training Support





At least 8 hours of onsite training support for the use of the proposed equipment and emergency technical support for machine failure.







Interested Sources must provide the following information:






  1. Company name, address, and point of contact, with his/her phone number and email address

  2. CAGE Code and UEI Number

  3. Business size to include any official teaming arrangements as a partnership or joint venture

  4. Details of recent, similar projects and state whether you were the Prime or Subcontractor

  5. Start and end dates of construction work

  6. Project references (including owner with phone number and email address)

  7. Project cost, term and complexity of job

  8. Information on your bonding capability - SPECIFICALLY IDENTIFY PERFORMANCE AND PAYMENT BONDS CAPACITIES





Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2021-O0008); they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement.





NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed.





Email responses to Mary.K.Doherty@usace.army.mil and "cc" LRP.Contracting@usace.army.mil. This Notice should not be construed in any manner to be an obligation to issue a contract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.





NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.





All contractors must be registered and active in the System for Award Management (SAM.gov) prior to award of a contract or receipt of Bid/Proposal/Quote. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).”





Those not currently registered can obtain registration by going to the SAM. The process for an active registration can take 12-15 days. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) prior to processing their registration. If you do not already have a Unique Entity Identifier (UEI), request a UEI for free by visiting Dun & Bradstreet (D&B) at https://fedgov.dnb.com/webform/ which takes 1-2 business days for processing.





ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement applies to both new and existing entities. The notarized letter is mandatory and is required to be submitted to the GSA Federal Service Desk (FSD).



Information can be found at https://www.fsd.gov/gsafsd_sp?id=kb_article_view&sysparm_article=KB0016652&sys_kb_id=32924a0a1b4bf050070f202ce54bcb38&spa=1)





Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (formally known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM.





To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) located on the SAM.gov homepage located in the Most Popular Help Items after selecting Help.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • WILLIAM S MOORHEAD FEDERAL BUILDING 1000 LIBERTY AVE
  • PITTSBURGH , PA 15222-4198
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >