Dock Levelers
ID: W912CN-24-Q-0046Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

INSTALLATION OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (N039)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting bids for the replacement of dock levelers at various facilities within Schofield Barracks and East Range, Hawaii. The project requires contractors to provide all necessary labor, materials, and equipment to remove old dock levelers and install new hydraulic and manual systems, ensuring they meet specified operational and safety standards. This procurement is crucial for maintaining efficient logistics operations at military facilities, enhancing safety and functionality in material handling. Interested contractors must submit their quotes electronically by September 9, 2024, and can direct inquiries to primary contact Narendra Tandukar at narendra.tandukar.mil@army.mil or secondary contact MSG Patrick Kennison at patrick.v.kennison.mil@army.mil.

    Files
    Title
    Posted
    The government seeks a contractor to replace eight dock levelers at three buildings in Schofield Barracks on Oahu. The levelers, located in GSA buildings, dining facilities, and logistics centres, will be hydraulic or manual, with salient characteristics detailed in the file. The work involves removing old levelers, cleaning associated pits, and adjusting and installing new levelers per manufacturer recommendations. The contractor will also connect necessary lines, chains, and power supplies, and ensure the functionality and safety of the levelers. The project must be completed within 270 days of contract award, and the contractor will provide maintenance and operator training. Government inspection and a one-year warranty are also outlined, with the contractor responsible for replacing any defective parts within five business days.
    The document is an amendment to a government solicitation for replacing dock levelers at various buildings on Schofield Barracks in Hawaii. It outlines several key updates: modifications to the statement of work, inclusion of a new technical exhibit, and extensions for submission deadlines, notably postponing the solicitation deadline to September 3, 2024, and the questions deadline to August 29, 2024. The contractor is responsible for providing all necessary labor and materials for the replacement of hydraulic and manual dock levelers across three facilities, with the work guaranteed for 365 days post-completion. Detailed technical specifications for each dock leveler are provided, including capacity, dimensions, and operational requirements. It emphasizes the contractor’s obligations in terms of management and operational standards, along with requirements for timely submission of competitive quotes and compliance with federal regulations. Additionally, the amendment underscores the importance of maintaining direct communication regarding submissions and queries and highlights a commitment to quality and safety throughout the project's duration. Overall, the document serves to clarify expectations and ensure adherence to procurement standards within federal contracting processes.
    The document outlines the installation instructions for replacing dock levelers at Schofield Barracks in Hawaii. It mandates that the contractor provide all necessary labor, materials, and equipment for the replacement and servicing of dock levelers at three specified buildings. The work encompasses removal of old dock levelers, installation of new ones, and ensuring their proper functionality, all within a warranty period of 365 days. The contractor is responsible for adhering to local, state, and federal laws, managing personnel effectively, and ensuring customer satisfaction. The project requires replacing three hydraulic levelers at Building 2071, one hydraulic leveler at Building 2085, and four manual levelers at Building 6037, with detailed specifications for each type. Additionally, the contractor must establish clear organizational management and undertake preventative maintenance during the warranty. The government will perform inspections post-installation, and any defective units must be replaced at no cost to the government. This initiative demonstrates compliance with federal regulations while enhancing operational efficiency at the facilities, underscoring the importance of proper maintenance and management in government projects.
    The document is an amendment to a solicitation for a government contract, specifically extending the deadline for submission of offers. Originally set for September 3, 2024, at 11:00 AM Hawaii Standard Time, the new deadline is now September 9, 2024, at the same time. This amendment, identified as W912CN24Q0046 and labeled as modification number 0002, maintains all other terms and conditions unchanged. Offerors must acknowledge receipt of this amendment to ensure their submissions are considered valid. The contracting officer’s details and signatures are provided for authorization. This document is critical for participants in the bidding process, emphasizing adherence to the updated timeline and procedures under federal government solicitation processes.
    This government document serves as an amendment to a solicitation regarding the installation of dock levelers at various buildings within Schofield Barracks, Hawaii. Key updates include modified installation instructions for curb angle pit steel at Building 2085, the introduction of Technical Exhibit #2B, and an adjusted period of performance extending from September 20, 2024, to March 20, 2025. The contractor will be tasked with replacing and servicing hydraulic and manual dock levelers across three designated buildings, ensuring compliance with local and federal regulations. The contractor is responsible for all aspects of the project including removal of old equipment, installation of new levelers, and maintaining a clean work environment. Specific performance requirements and characteristics for the new dock levelers are outlined, focusing on their operational capabilities, construction standards, and safety features. The amendment underscores the government’s objective of enhancing operational efficiency and safety at its facilities while ensuring contractor responsibility for performance and compliance. An inspection process will follow the installation to confirm the quality and functionality of the completed work.
    The government document outlines the installation instructions for replacing dock levelers at several buildings within Schofield Barracks and East Range on Oahu, Hawaii. The contractor is responsible for all labor, materials, and equipment necessary for the project, which involves the removal of old levelers, installation of new hydraulic and manual systems, and ensuring operational functionality. Specific installations include three hydraulic dock levelers at Building 2071, one hydraulic leveler and curb steel at Building 2085, and four manual levelers at Building 6037. Detailed requirements for the dimensions, capacities, and safety features of the dock levelers are specified. The contract encompasses a 270-day performance period and mandates compliance with federal, state, and local regulations. It also emphasizes the contractor's responsibility for project management, personnel administration, and deliverables, including a preventative maintenance manual. The government reserves the right to inspect the completed work and demand replacements for any defective components within a defined timeframe. This document serves as a Request for Proposal (RFP), detailing the project’s expectations and standards to ensure successful completion and adherence to specifications.
    The document outlines a Request for Quotation (RFQ) for replacing dock levelers at various buildings in Schofield Barracks, Hawaii, under solicitation number W912CN24Q0046. The RFQ is structured to invite quotes from contractors, emphasizing the requirement for three hydraulic dock levelers at Building 2071, one hydraulic dock leveler at Building 2085, and four manual dock levelers at Building 6037. Each replacement must adhere to specific technical and performance characteristics, including dimensions, weight capacity, and safety features. The contractor must provide materials, labor, and equipment for installation and is responsible for compliance with local and federal regulations. The performance period for the contract spans 270 days post-award, with inspections by the Government to ensure quality and adherence to specifications within seven business days of installation completion. Interested contractors are instructed to submit their quotes electronically by August 29, 2024, and to participate in an optional pre-bid site visit scheduled for August 21, 2024. The award will be made based on the lowest price deemed fair and reasonable, reflecting the Government's streamlined acquisition approach. The document underlines the need for comprehensive service and quality assurance throughout the project lifecycle.
    The document addresses a structural concern related to Building 2085, specifically the severely rusted condition of the pit curb steel. The Department of Public Works (DPW) is tasked with inspecting the integrity of the structure to determine if it is capable of supporting a new dock leveler. In response to vendor inquiries, DPW has agreed to replace the rusted curb steel at the bottom of the dock leveler as stated in Amendment 1. This exchange illustrates the communication and decision-making processes involved in federal and local Request for Proposals (RFPs), ensuring that structural integrity issues are addressed before further construction work. The situation underscores the importance of maintaining safety standards and regulatory compliance in public infrastructure projects.
    Lifecycle
    Title
    Type
    Dock Levelers
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair Multiple Roll up Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair and replacement of roll-up door systems at the Hawaii Air National Guard Campus located at Joint Base Pearl Harbor-Hickam (JBPHH). The project involves repairing one roll-up door in Building 3423 and an additional nineteen in Building 3424, with the contractor responsible for all necessary labor, equipment, and materials, adhering to federal and state regulations. This procurement is crucial for maintaining operational efficiency and safety at military facilities, and it is set aside for small businesses under the NAICS code 238290, with a submission deadline of 11:00 AM Hawaii Standard Time on September 19, 2024. Interested vendors should direct their electronic proposals to Warren Sabugo at warren.m.sabugo.civ@army.mil and may contact him at 808-844-6421 for any inquiries before the deadline.
    HI ANG Mega Door Repair B3428
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the repair of the Megadoor systems at Building 3428 located at the Hawaii Air National Guard campus in JBPHH, Hawaii. The contractor will be responsible for providing all necessary personnel, equipment, and quality control to perform repairs, which include replacing rusted mullion chains, upgrading man door switches, and replacing control panel stop buttons and a phase monitor. This project is crucial for maintaining operational functionality of the facility's infrastructure and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost ranging from $100,000 to $250,000. Interested contractors must submit proposals by September 20, 2024, following a pre-proposal conference on September 11, 2024, and can contact Clesson Paet at clesson.k.paet.civ@army.mil for further information.
    Highline Docks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of highline docks, with a focus on small business participation under a Total Small Business Set-Aside. The solicitation requires offerors to provide new highline docks that meet specific load capacity and dimensional criteria, to be delivered to Fort Bliss, Texas, and Tyndall Air Force Base, Florida. This procurement is critical for supporting military logistics and operations, ensuring the efficient handling of cargo. Interested vendors must submit their proposals by 12:00 p.m. Eastern Time on September 20th, 2024, and are encouraged to direct any inquiries to SrA Gage Garfin at gage.garfin@us.af.mil.
    REPLACE RAMP STORMWATER CONTAINMENT VALVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking contractors to replace the ramp stormwater containment valve at Joint Base Pearl Harbor-Hickam in Hawaii. The project involves removing the existing valve, actuator, and supports, and installing a new manual valve, metal access platform, and signage, all in accordance with the attached Statement of Work and relevant specifications. This procurement is crucial for maintaining environmental compliance and operational efficiency at the airbase. Interested small businesses must submit sealed offers by September 23, 2024, with a project budget estimated between $25,000 and $100,000, and are required to start performance within 30 days of notice to proceed. For further inquiries, contact Warren Sabugo at warren.m.sabugo.civ@army.mil or call 808-844-6421.
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. The solicitation type is listed as a Best Value Trade-Off (BVTO). The scope of work involves replacing the existing elevators and associated equipment, with a focus on achieving energy efficiency and compliance with current safety standards. The key tasks include designing, fabricating, and installing new elevators, along with testing and commissioning to ensure proper functionality. The contractor will be responsible for providing all necessary materials, equipment, and labor. To be eligible for this opportunity, applicants should have a strong track record in construction projects, preferably including experience with dam infrastructure. The Army seeks a reliable and timely solution, so evidence of successful project completion and references will be crucial. Funding for this project is estimated at $2 million to $3 million, and the contract will likely be awarded as a firm-fixed-price arrangement. Interested parties should submit their proposals before the deadline stated in the solicitation document. The government encourages applicants to submit their bids electronically and also provides a physical address for hard copy submissions. The evaluation process will assess the technical merit and price of each proposal. The Army will conduct a comprehensive review, considering factors such as the offeror's qualifications, past performance, and the proposed approach. For any clarifications or questions, interested individuals and companies should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or 206-764-6659. Alternatively, they can reach Scotty Britt at scott.w.britt@usace.army.mil or 206-764-3517. This opportunity is expected to result in a single award. The solicitation document, which potential bidders should carefully review, is available for download from the provided link.
    Repair SPCS Fence, Barking Sands PMRF, HI
    Active
    Dept Of Defense
    The Department of Defense, through the Hawaii National Guard, is seeking proposals from qualified small businesses for the repair of the SPCS Fence at the Barking Sands Pacific Missile Range Facility (PMRF) in Hawaii. The project involves enhancing the existing fence by adding outriggers, repairing damaged sections, and reconfiguring gates, with a total construction duration of 90 days following the notice to proceed. This procurement is critical for maintaining the security and operational integrity of the facility, with a budget estimated between $25,000 and $100,000. Interested contractors must attend a pre-proposal conference on September 11, 2024, and submit their proposals by September 19, 2024; for further inquiries, they can contact Cezar Y. de Veas at cezar.y.deveas.mil@army.mil or Clesson Paet at clesson.k.paet.civ@army.mil.
    FLOOR LEVELING PROJECT
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting quotes for a concrete floor leveling project at Building 2059, Naval Support Activity Crane, Indiana. The project involves leveling a 3,000-square-foot area where the floor has settled approximately 4 inches, with a strong emphasis on achieving precise flatness to ensure mission readiness. This procurement is a total small business set-aside, with an estimated project cost between $25,000 and $100,000, and requires compliance with various safety, environmental, and quality control regulations. Interested contractors must submit their quotes by September 16, 2024, at 4:00 PM Eastern Time, and can direct inquiries to Kacey Jones at Kacey.l.jones5.civ@us.navy.mil.
    FY21 DLA DESC1904 Upgrade Fuel Wharf, DFSP Tsurumi, Japan
    Active
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting proposals for the upgrade of the Fuel Wharf at the Defense Fuel Support Point (DFSP) in Tsurumi, Japan. The project aims to modernize the fueling wharves to accommodate T-1 tankers, requiring contractors to have prior experience in liquid petroleum facility projects and pier or wharf construction, with proposals evaluated based on technical capability and pricing using a Lowest Price Technically Acceptable (LPTA) method. This upgrade is crucial for enhancing military fueling capabilities while ensuring compliance with government standards and procurement rules, including tax exemptions under the Status of Forces Agreement (SOFA). Interested contractors should contact Jiro Miyairi at jiro.miyairi.ln@usace.army.mil or Jennifer Knutson at jennifer.h.knutson@usace.army.mil for further details, and proposals must be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines.
    Fuel Systems Maintenance Dock (FSMD) Joint Base Langley Eustis, Hampton, Virginia
    Active
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the construction of a new Fuel Systems Maintenance Dock (FSMD) at Joint Base Langley Eustis in Hampton, Virginia. This project involves the development of a 26,749 square foot hangar designed to accommodate two F-22A aircraft, ensuring safe and efficient maintenance activities while providing necessary administrative, storage, and utility spaces. The facility will feature advanced design elements, including natural lighting and acoustical treatments, to support its operational mission in close proximity to the flight line. Interested contractors can reach out to Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil or by phone at 757-201-7310 for further details regarding the solicitation.
    39--ENERPAC HYDRAULIC JACKING SYSTEM
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is planning to procure an ENERPAC HYDRAULIC JACKING SYSTEM KIT. This kit is typically used for lifting heavy objects or equipment in maritime operations. The procurement will be a firm fixed price supply contract for delivery to Puget Sound Naval Shipyard in Bremerton, WA. The RFQ is estimated to be issued on January 26, 2017, and will be electronically posted on the NECO website. All responsible sources may submit a quotation. Interested offerors must complete pricing, representations and certifications, provide manufacturer information, and ensure current registration in the System for Award Management (SAM).