Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2002 FBO #0125
SOLICITATION NOTICE

38 -- Engineering, Design, Construction, Testing, and Delivery of 250 Ton Capacity Mobile Crane, for delivery to Pittsburgh Engineer Warehouse and Repair Shops, Mile 7.5, Ohio River, Pittsburgh, PA

Notice Date
4/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Pittsburgh District Contracting Division, 1000 Liberty Avenue, W.S. Moorhead Federal Building, Room 727, Pittsburgh, PA 15222
 
ZIP Code
15222
 
Solicitation Number
DACW59-02-R-0004
 
Response Due
5/29/2002
 
Archive Date
6/28/2002
 
Point of Contact
Michele Hutfles, 412-395-7479
 
E-Mail Address
Email your questions to Pittsburgh District Contracting Division
(Michele.R.Hutfles@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The US Army, Corps of Engineers, Pittsburgh District has a need to procure and contract all services (Engineering and Design, Construction, Testing and Delivery) associated with the acquisition of a new heavy lift mobile crane. The crane shall be a produc tion model, self-contained diesel engine powered mobile crane and will be used at the Pittsburgh Engineer Warehouse and Repair Shops (PEWARS), mile 7.5 Ohio River, Pittsburgh, PA. The major function of the machine will be to serve as a dock crane for load ing and unloading a fleet of government vessels. The crane will be required to travel, under full rated load, along a 1,000 ft. dock front facility, performing heavy lifts from water to land and vice versa. The crane shall be designed to operate principa lly as a liftcrane however, provisions for conversion to duty cycle work shall be provided. The crane will operate on a gravel roadway adjacent to a reinforced sheet pile wall designed specifically to support lift crane service. The nominal capacity of t he crane is 250-sTons with a target lift rating of 75-sTons at 60 ft. radius with 150 ft. boom length. The crane shall be equipped with safety enhancing features such as load-moment indicators on hoist lines, drum rotation indicators, boom angle/radius re ach indicator, wind speed and wind direction indicator and carbon monoxide monitor. The services to be provided by the crane Contractor shall be structured in three phases. Phase I, Engineering and Scheduling; Phase II, Construction, Testing and Delivery at Origin; and Phase III, Assembly, Testing and Final Acceptance. The overall organization of the contract and the description of each Phase are outlined as follows: Phase I, Engineering and Scheduling. The Contractor shall obtain approval of the Contracting Officer for all calculations, reports and drawings required t o completely represent and demonstrate that the crane design meets or exceeds the requirements of the solicitation prior to construction. Phase II, Construction, Testing and Delivery at Origin. The Contractor will perform the required Crane Manufacturi ng Inspections and Testing as defined in the solicitation, at the crane manufacturing plant in accordance with a pre-approved Quality Control and Inspection Program. The fabricated crane will be inspected by the Contracting Officer or his/her representati ve to verify that the approved plans are followed and to warrant compliance with quality assurance requirements. Phase III, Assembly, Testing and Final Acceptance. The Contractor will perform final assembly, inspection and testing at the government facili ty, Pittsburgh Engineer Warehouse and Repair Shops, Pittsburgh, Pennsylvania. In this phase, the crane Contractor shall be concerned with the assembly of the crane on site, the testing of the crane, and final delivery such that final acceptance may be made by the Contracting Off icer. In accordance with FAR 15.3, the source selection method for this procurement will be by the Best Value Trade Off method, wherein Contractors will submit both technical and price proposals. Award may be made to other than the lowest priced offer based on an evaluation of the proposals against the evaluation criteria outlined in the Request for Proposal. The plans and specifications will be available approximately 04/26/02 at no charge. This procurement is unrestricted. Contractors must be registered i n the Central Contractor's Registration (CCR) Database before receiving a contract award. For registration information, contact the CCR center at 1-888-227-2423 or go online at http://www.ccr.gov. Requests will not be honored by telephone; Requests must be made in writing or faxed to 412-644-5109 or offerors may register directly via the internet at http://ebs.lrp.usace.army.mil/
 
Place of Performance
Address: US Army Corps of Engineers, Pittsburgh Engineer Warehouse and Repair Shops 3500 Grand Avenue, Neville Island Pittsburgh PA
Zip Code: 15225-1584
Country: US
 
Record
SN00053542-W 20020406/020404213340 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.