Contact:

Faith Smith, phone number 757-967-3821; E-mail address faith.smith@navy.mil

Director, Navy Crane Center, Naval Facilities Engineering Command, Building 491, Portsmouth, Virginia 23709-5000.

The Navy Crane Center, Portsmouth, Virginia is seeking sources with current relevant qualifications, experience, personnel, and capability that can provide crane support for the Defense Logistics Agency (DLA), Barstow, California. Responsibilities include, but are not limited to the following: Provide a commercial, self propelled, rubber tired gantry crane with a 200,000 lb capacity, have hoist load blocks on the fore and aft cross beams and be able to translate the rated load from one side of the machine to the other. The crane must be four wheel drive, minimum of 6% gradeability, two wheel steer and be operated from a cab which is mounted on top of one of the lower beams. The crane wheel span must be 35′-6″ and the width of the machine on the side opposite the operator’s cab cannot exceed 62″. The crane requires an on-board diesel to power all crane functions.

The North American Industry Classification System (NAICS) Code for this requirement is 333923, Overhead Travel Crane, Hoist & Monorail System Manufacturing.

Interested firms are encouraged to respond by providing in your own format: (1) Name and address of firm; (2) name, telephone and fax number of point of contact; (3) Size of company, type of company (i.e., 8(a), Woman Owned Small Business (WOSB), Small Business (SB), all others); (4) number of employees, (5) revenue for the past 3 years, (6) relevant past performance on same/similar work dating back 5 years and your company’s capability to perform the type of work required. Respondents shall provide information related to contracts where the respondent was materially/physically involved at a comparable level of effort. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Please ensure responses do not exceed 5 pages. Since this is a Sources Sought Announcement, no evaluation letters will be issued to t! he participants.

This synopsis is not to be construed as a commitment by the Government and no contract will be awarded from this announcement. There will not be a solicitation, specifications, or drawings available at this time. It is anticipated that a formal solicitation will be announced at a later date.

No reimbursement will be made for any costs associated with providing information in response to this announcement.