Update 17JAN2025: Post Site Visit 15JAN2025 - Please see new attachment, "Dexter Taillog Lift Info_Drawings"
Answers to questions asked at site visit:
- Steel plates can be thrown on ground under outriggers.
- No assembly to lift grates. Slings and shackles on the bottom of lifting beam connected to the eye bolts, will be used.
Update 08JAN2025: Question - “What is the length of how far the crane will be from the items being lifted?"
Answer - The longest radius is 70' .
Update 06JAN2025: Answers to vendor questions posted in new attachment, "7N25Q0016_Vendor questions_answered_06JAN2025". Additionally, response date has been extended to 22 January 2025.
For those vendors interested in the site visit held on 15 January 2025 at 10AM you must submit the following to Jaren Bowman (Jaren.L.Bowman@USACE.Army.Mil) by 12noon PST on 09 January 2025.
1. Name of attendee/s and Company name they are representing
2. contact phone and email of attendee/s
3. whether or not attendee/ is a foreign national
Associated attachments added 12/30.2025 at 13:53.
COMBINED SYNOPSIS/SOLICITATION
W9127N25Q0016
Dexter Dam Crane and Operator Services
U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT (CENWP)
30 December 2024
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with FAR Part 13, Simplified Acquisition Procedures, and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
Solicitation W9127N25Q0016 is a Request for Quotes under FAR Part 13 for the establishment of a firm fixed price contract to acquire the rental of a crane and associated operator services at Dexter Dam in Oregon, USA in support of US Army Corps of Engineers (CE), Portland District (NWP) Operations Division (OD), Willamette Valley, and Rogue River Project (CENWP-ODVR).
The solicitation document’s incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 Effective date 05/22/2024.
This solicitation is advertised as a 100% Total Small Business Set-Aside under NAICS Code 238990 – All other Specialty Trade Contractors with a Small Business Size Standard of $19million. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Lack of active SAM registration will make an offeror ineligible for award.
The Government requests pricing for the following items:
DESCRIPTION:
CLIN 0001: Day one (1)
March 10, 2025: Crane mobilization to install 2 - 28000 LB tail logs, and then demobilization off-site.
CLIN 0002: Day two (2)
March 21, 2025: Crane mobilization to remove 2 - 28000 LB tail logs, and then demobilization off-site.
____________________
Period of Performance:
The PoP for each CLIN is one (1) day.
CLIN 0001 – 03/10/2025 - 03/10/2025
CLIN 0002 – 03/21/2025 - 03/21/2025
Dates are subject to change.
(If additional time is needed the contractor shall provide justification for additional time within their quote)
Work location information:
US Army Corps of Engineers, Willamette Valley Project,
Dexter Dam located approximately one (1) mile west of Lowell, OR 97452
Work shall be performed between Monday through Thursday, 0700 – 1700. Excluding Federal holidays.
52.212-1 INSTRUCTIONS TO OFFERORS–COMMERCIAL ITEMS (MAR 2023) – ADDENDUM
Proposals shall include the following:
1. Name / Date: __________________________________________________________________
2. Address / Telephone No.: ________________________________________________________
3. Cage Code (or UEI, both from SAM): ____________________________________________
4. Quote – Provide pricing in accordance with the foregoing CLINs. Provide a technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, to include product literature, or other documents, if necessary. Quotes shall include all Standard Commercial Warranties, Completed Representations & Certifications, and detailed equipment specification sheets.
Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. For offerors with a current registration in the System for Award Management (SAM), complete paragraph (b) of the provision and submit with the response to the RFQ.
Submissions: Quotes are due no later than 13 January 2025, at 2:00 PM PST. Offerors are responsible for verifying receipt of their quotes to this office before the offer due date and time. Facsimile (Fax) responses are not accepted. If you have any questions or concerns, you may contact Jaren Bowman via email Jaren.L.Bowman@usace.army.mil.
Quotes must be emailed to: Jaren.L.Bowman@usace.army.mil & Darrell.D.Hutchens@usace.army.mil.
Upon award and satisfactory completion of services, payment will be made through:
USACE, Finance Center
cefc-g2invoices@usace.army.mil
Attn: CEFC-AO-P
5722 Integrity Drive
Millington, TN 38054-5005
With an electronic copy submitted to the POCs in the attached Performance Work Statement (PWS).
(End of provision)
Attachments
- “Combo doc 7N25Q0016” (includes clauses & provisions, wage determination, and PWS)