Mini Excavator
ID: W912EK24TMINIType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Construction Machinery Manufacturing (333120)

PSC

EARTH MOVING AND EXCAVATING EQUIPMENT (3805)
Timeline
    Description

    The U.S. Army Corps of Engineers, Coralville Lake Project office is seeking sources for a new Mini Excavator to replace their existing equipment.

    The primary purpose of this federal contract is to acquire a Mini Excavator for the Army's use in Iowa City, Iowa. The Corps of Engineers is inviting potential suppliers to submit capabilities information to compete for this opportunity.

    The scope of work involves delivering a powerful yet compact Mini Excavator capable of performing various tasks. The machine should have an efficient hydraulic system, a comfortable operating environment, and robust safety features. Awardees will need to provide a machine with relevant attachments and ensure its compatibility with the Army's current fleet of equipment.

    There are no specific eligibility criteria or certifications required for applicants. However, proven experience in manufacturing high-quality construction machinery and a track record of supplying earth-moving equipment to government agencies will be advantageous.

    Funding for this project is estimated at $750,000 to $850,000. The contract type will be a firm-fixed-price agreement. Applications should be submitted as soon as possible, and the government encourages businesses to respond by providing their capabilities information.

    Applications should be sent electronically to Stanley L. Bolton at stanley.l.bolton@usace.army.mil. Please note that there is no specified application deadline, and the government reserves the right to award a contract at any time.

    The evaluation process will primarily focus on the relevance and quality of the submitted capabilities information. The Army will assess the applicant's ability to deliver a suitable Mini Excavator within the specified budget and timeline. Offerors should provide a detailed response to the Sources Sought document attached to the listing.

    For any clarification or further information, interested parties can contact Stanley L. Bolton via email at stanley.l.bolton@usace.army.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Mini Excavator
    Currently viewing
    Sources Sought
    Similar Opportunities
    Sources Sought/Request for Information Lock 19 Nose Pier Replacement and Bulkhead Recess
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is seeking information from qualified contractors regarding the Lock 19 Nose Pier Replacement and Bulkhead Recess project located in Keokuk, Iowa. The primary objective is to gather insights on the availability and capabilities of potential contractors, including their business classifications, to inform the Government's acquisition strategy and determine the feasibility of a small business set-aside. This project is critical for repairing the upper nose pier of Lock 19, which involves replacing damaged structures and enhancing resilience against barge impacts, with an estimated contract value exceeding $10 million. Interested parties must submit tailored capability statements by October 25, 2024, to Allison Longeville at allison.a.johnson@usace.army.mil and Troy Robbins at troy.a.robbins@usace.army.mil, detailing their qualifications and relevant experience.
    Pine Bluff Arsenal CAT Road Grader Repair
    Active
    Dept Of Defense
    The U.S. Army Contracting Command – Rock Island is seeking qualified vendors to provide repair services for a 1998 CAT Road Grader, with the contract to be awarded as a Firm-Fixed-Price purchase order. The selected vendor must be an authorized CAT service provider and will be responsible for significant repairs, including overhauling the transmission, as outlined in the Statement of Work (SOW). This procurement is crucial for maintaining operational efficiency at the Pine Bluff Arsenal in White Hall, Arkansas, and emphasizes compliance with federal regulations and the importance of supporting small businesses, particularly those owned by veterans or women. Quotes must be submitted electronically by October 25, 2024, at 9:00 a.m. Central time, with inquiries directed to Greg Brown or John Fotos via their provided email addresses.
    Track Loader
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Track Loader under a combined synopsis/solicitation notice. This opportunity is set aside for small businesses and falls under the NAICS code 333112, which pertains to Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing, indicating the need for commercial products or services that meet specific military requirements. The Track Loader will be utilized for various operational tasks, emphasizing its importance in maintaining efficiency and effectiveness in military logistics and support operations. Interested vendors should direct inquiries to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com, as proposals are currently being requested with no written solicitation to follow.
    INTENT TO SOLE SOURCE - Xylem (Godwin) Field Smart Technology module
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Rock Island District, intends to award a sole source contract for the procurement of Xylem (Godwin) Field Smart Technology modules, which will include on-site installation on various sizes of Godwin Diesel Pumps located in Pleasant Valley and Johnston, Iowa. This procurement is essential for enhancing the operational efficiency and functionality of the pumping equipment, which is critical for various engineering and environmental projects managed by the Corps. Interested firms that believe they can meet the requirements are encouraged to submit a capability statement to the Contracting Officer, Allison Longeville, by September 26, 2024, at 10:00 AM Central Time. For further inquiries, potential bidders can reach out via email at Allison.A.Johnson@usace.army.mil.
    This is a Sources Sought Notice for Contractors who would be interested in providing repair services for a Yanmar Excavator Model 55 for the National Cemetery of the Alleghenies (NCOTA). -- J038
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide repair services for a Yanmar Excavator Model 55 at the National Cemetery of the Alleghenies (NCOTA) in Bridgeville, Pennsylvania. The procurement involves comprehensive repair tasks, including the replacement of the drive motor assembly, flushing hydraulic systems, and reinstallation of components to ensure the excavator operates efficiently. This equipment is crucial for maintaining the cemetery grounds, highlighting the importance of reliable machinery in supporting the Department's mission. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Contracting Officer Hugh O'Neil at hugh.oneil@va.gov for further details.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010)
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010). The service required is the furnishing of one fully crewed and equipped self-propelled trailing suction type hopper dredge. This dredge project will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $10,000,000.00 and $25,000,000.00. Interested vendors are encouraged to register on beta.SAM.gov and offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    C--INDEFINITE DELIVERY CONTRACT FOR GEOTECHNICAL CORE DRILLING AND LABORATORY TESTING FOR THE JACKSONVILLE DISTRICT AREA OF RESPONSIBILITY (AOR)
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is seeking qualified architect-engineer firms to provide geotechnical core drilling and laboratory testing services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Jacksonville District area. The primary objective of this procurement is to perform geotechnical investigations and studies, including subsurface sampling, laboratory testing, and hydrogeological assessments, primarily within Florida and Georgia. This contract, valued at up to $15 million over five years, emphasizes small business participation and aims to enhance the capacity for environmental and geotechnical work in the region. Interested firms must submit their qualifications electronically by October 28, 2024, at 1:00 PM EDT, and can direct inquiries to Contract Specialist Isis S. Hill at isis.s.hill@usace.army.mil.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge Rental No. 5-2023
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a cutterhead dredge rental for the Mississippi River, New Orleans Harbor, and various bar channels. This service is typically used for construction of dredging facilities. The work will be performed in Abbeville, LA, USA. The project has a construction range between $5,000,000.00 and $10,000,000.00. The solicitation will be issued on or about 13 February 2023. This is an UNRESTRICTED procurement. The solicitation documents will be posted on Beta SAM (www.beta.sam.gov). Interested vendors are encouraged to register on Beta SAM. Offerors must be registered with the System for Award Management (SAM) to receive a Government contract award. For more information, contact Melissa A. Vaughn at melissa.a.vaughn@mvn02.usace.army.mil or 5048622762.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 8-2023 {OM23008)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of dredging facilities. The service/item being procured is a fully crewed and equipped self-propelled trailing suction type hopper dredge. This dredge will be used for work in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $15,000,000.00 and $20,000,000.00. The solicitation documents will be posted on Sam.gov. Interested vendors are encouraged to register on beta.SAM.gov. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2023 {OM23003)
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Army, for the procurement of a self-propelled trailing suction type hopper dredge. The dredge will be used for work in the Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $15,000,000.00 and $20,000,000.00. The solicitation will be issued on or about February 18, 2023, with a bid opening date to be determined later. Interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.Sam.gov is encouraged for marketing purposes. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.