Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2002 FBO #0306
MODIFICATION

36 -- 36 35-Ton Travel Lift

Notice Date
10/2/2002
 
Notice Type
Modification
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 300 Metro Center Boulevard, Warwick, RI, 02886
 
ZIP Code
02886
 
Solicitation Number
DTCGG1-03-Q-3WK005
 
Response Due
10/18/2002
 
Point of Contact
Mattie Walker, Contract Specialist, Phone (401)736-1766, Fax (401)736-1704,
 
E-Mail Address
MWalker@CEUProvidence.USCG.mil
 
Description
THIS COMBINED SYNOPSIS/SOLICITATION HAS BEEN EXTENDED UNTIL CLOSE OF BUSINESS 10/18/02. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. AWARD OF THIS SOLICITATION IS SUBJECT TO THE AVAILABILITY OF FY 03 FUNDS. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is DTCGG1-03-Q-3WK005 and is issued as a Request for Quotation (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 07. This solicitation is issued unrestricted. Both small and large businesses may submit a quote. The associated NAICS code is 333923 and the small business size standard is 500 employees. Product General Description: 35 Ton Travel Lift. Contract Line Item 001. Purchase, deliver and assemble a 35 ton travel lift. $_______ Line Item 002. Training for Coast Guard Personnel on new lift. _____________Line Item 003 Provide an original and two copies of an operations and maintenance manuals. Line Item 004 Trade in of Old Travel lift.$______________. The provision at FAR 52.212-1, Instruction to Offerors Commercial Items (10/2000)* applies to this acquisition and is incorporated by reference. (* (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.) The provision at FAR 52.212-2, Evaluation Commercial Items (Jan 1999) applies to this solicitation. This is a best value procurement. Quotes will be evaluated based on the following factors: (1) Technical capability of Item/Product Literature (2) Price (3) Past Performance of the product (4) Warranty Requirements. Provide detailed technical information (i.e., product literature, technical features, warranty provisions) and points of contact with phone numbers for users of the product. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional clauses are incorporated by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: FAR 52.225-1, Buy American Act-Supplies (May 2002); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (Jun 2002). Due date for receipt of quotes is September 18, 2002. Address to USCG, CEU Providence, Attn: M. Walker, Contract Specialist, 300 Metro Center Blvd., Warwick, RI 02886. General: The work includes removing an existing 35-ton travel lift and providing a new 35 ton travel lift at U.S. Coast Guard Station Jones Beach, Freeport, New York. The new travel lift will be a straddle type carrier crane of open end construction consisting of a substantial steel structural frame, supported by four wheels with pneumatic tires, capable of straddling and carrying loads or boats with high mast and superstructure. A diesel powered hydraulic system shall be used for propulsion, steering and to power the hoisting system. The provided material and equipment shall be standard products of manufacturers regularly engaged in the manufacture of such products. These products shall have been in satisfactory commercial or industrial use for four years prior to bid opening. The four-year use shall include applications of equipment and materials under similar circumstances and of similar size. The product shall have been for sale on the commercial market through advertisements, manufactures? catalogs, or brochures during the four-year period. Delivery: The travel lift shall be delivered within 90 calendar days of award to U.S. Coast Guard Station Jones Beach, West End Boat Basin, Freeport, NY, 11520. The U.S. Coast Guard point of contact is MK1 William W. Jones at 516-785-2995. The travel lift shall be delivered assembled and tested as specified prior to acceptance by the Government.The Contractor shall be present to receive all materials shipped to STA Jones Beach. The USCG shall not be used as shipping addressee.Operation, Parts and Maintenance Manuals:Provide an original and two copies of an operation and maintenance manual for the specific equipment purchased. This manual shall include steering and to power the hoisting system. The provided material and equipment shall be standard products of manufacturers regularly engaged in the manufacture of such products. These products shall have been in satisfactory commercial or industrial use for four years prior to bid opening. The four-year use shall include applications of equipment and materials under similar circumstances and of similar size. The product shall have been for sale on the commercial market through advertisements, manufactures? catalogs, or brochures during the four-year period. Delivery: The travel lift shall be delivered within 90 calendar days of award to U.S. Coast Guard Station Jones Beach, West End Boat Basin, Freeport, NY, 11520. The U.S. Coast Guard point of contact is MK1 William W. Jones at 516-785-2995. The travel lift shall be delivered assembled and tested as specified prior to acceptance by the Government. Contractor shall be present to receive all materials shipped to STA Jones Beach and is responsible for offloading. The USCG shall not be used as shipping addressee. Operation, Parts and Maintenance Manuals: The Contractor shall provide an original and two copies of an operation and maintenance manual for the specific equipment purchased. As a minimum this manual shall include:A step by step operator's guide for performing operations in a safe manner. A manufacturer's commercial parts list for all components. The list shall include as a minimum, for each component and part, the manufacturer's part number, source of supply, disassembly and assembly instructions, and orientation to adjacent components. A manufacturer's suggested preventive maintenance schedule (PMS) including a checklist for daily, weekly, monthly, quarterly, semiannual, and annual PM checks. The schedule shall describe the procedure, tools necessary to perform the procedure, disassembly and assembly instructions, and diagrams of lubrication/check points. Manufacturer?s Warranty: The equipment manufacturer shall provide a typewritten warranty for the travel lift. The warranty shall include, but not be limited to, provisions for the Government against defects in manufacturing, constructing, assembling, and testing. The warranty shall be in accordance with the FAR 52.246-18 for a period of 12 months. Load Capacity: The travel lift shall be capable of lifting a boat weighing 70,000 pounds. Materials and Construction: All material used in the construction of the travel lift shall be new and of good commercial quality. The principle steel used in the structural frame of the travel lift shall comply with ASTM A-36 grade, ASTM A572 grade or ASTM A500 structural tubing. The frame shall be fabricated from welded steel section construction to form a rigid structure, and fastened together with bolted erection joints. The travel lift shall be able to safely operate within the parameters shown in Appendix 1. A bolting flange will be installed to facilitate possible future width expansion.Design Standards and Safety Codes:AISC American Institute of Steel Construction section 1.5 of specification for Design, Fabrication and Erection of Structural Steel, Eighth Edition 1980. ASTM A-325 Specifications for Structural Joints dated April 1978. J.I.C. Standards for Hydraulic Systems. American Iron and Steel Institute Committee of Wire Rope Producers. ANSI B30.9 - 1971 Slings ANSI B30.2.0 ? 1976 Overhead and Gantry Cranes . SAE J881A Lifting Crane Drum and Sheave sizes. Machine General Arrangement: The diesel engine driven hydraulic power unit shall be enclosed in metal shrouding or fiberglass reinforced protection and mounted in an underslung position below one of the main longitudinal beams to allow easy access from ground level for servicing and maintenance. The main upper cross beam shall be fitted with a structural pivot to eliminate torsional stress in this member and allow the frame to oscillate while traveling over uneven surfaces. All operating controls are to be located in the operator?s station for complete unit and function control by a single operator. Hoisting System: The hoisting system shall consist of four independently powered winch drums driven with hydraulic motors coupled through planetary gear reducers, to provide independent or simultaneous driving of the winches and precise, smooth control for handling light or maximum loads. The assembly shall be mounted rigid to the structural frame. The winch drums shall be sized to hold sufficient wire rope to hoist the boat from mean low water, which is 8.25 ft below the level of the wheels (Appendix 1). Each hoist shall be equipped with a mechanical anti-two block system to prevent damage to the sheaves if the upper and lower blocks come in contact during hoisting. The unit shall be equipped with load sensors to measure hoist cable line pull, which will provide a full time readout (in pounds) of each sling to an indicator gauge at the operator?s station. The system shall have an audible alarm that will sound when the rated load is exceeded on either sling. Machine Details: Sheaves and Drums: All hoist systems sheaves and drums shall be fitted with low friction, sealed roller bearings. Wheels and Pivots: All wheels and wheel pivots shall be fitted with sealed tapered, roller bearings and provided with zerk lube fittings, for periodic greasing. All other rotating or oscillating parts shall be fitted with bearings and zerk lube fittings, for periodic greasing.Tires: Aircraft type tires shall have a minimum of 20-ply rating. Steering System: Steering system shall be hydraulic actuated on the two front wheels, providing synchronized turning angles to each tire for tracking of the tires without scuffing and scubbing. The turning angles shall be near 90 degree turning angle to the steered wheels in right and left-hand turn. Propulsion and wheel traction shall be hydraulically powered to the front wheels with a system to provide differential action to each wheel while turning through a 90-degree turn. The drive system shall be fitted with a brake system that will hold the parked machine on a 6% grade unattended. A brake system shall also be provided to stop the machine smoothly, while traveling fully loaded down a 6% grade. In the event of loss of power, a spring-applied brake shall hold the load on a 6% grade. Boat lifting slings shall be provided to distribute the lifting force into the hull of the boat without causing high stress points. The slings shall be of high strength nylon material and rated to carry the maximum load to the boat lift. Sling Adjustments: The front and rear slings shall be power adjustable in the longitudinal direction to provide positioning under the boat in the best-desired location and also to provide equal distribution of the load.All high-pressure hydraulic lines shall be of type 304 stainless steel, meeting ASTM-A249. All lines shall be sized according to the flow rate and formed to provide neat and organized bundling along the structure. All lines shall be supported to reduce vibration. Hydraulic fittings shall be zinc plated steel material with JIC type connections. All hoses shall meet JIC standards to meet pressure and bending requirements. Hoses shall be used only in areas where flexing, bending or alignment is required. Hose lengths for each diameter and type of hose shall be standardized to reduce the number of spares required.All controls and instruments shall be mounted in the operator?s station and controls shall be designed to provide smooth and precise control of all operating function of the machinery. All controls and instruments shall be designed for exposure to outside weather conditions for extended periods. An audible alarm shall be activated automatically at all times that the unit is in forward or reverse motion.Lighting: Provide manufacture?s standard, 12-volt lighting package. Painting: All main frame exposed structural and fabricated steel shall be prepared and painted. All exposed steel surfaces shall be sand or shot blasted to near white metal condition and free of grease and oil. Residual grit and dust shall be removed with clean and dry compressed air. Two-part polyester or polyurethane epoxy paint, consisting of two full coats of finished color, shall be applied to all accessible metal surfaces in accordance with manufacturer?s instructions. Total coating thickness shall be 3.4 ? 4 mils. Factory Testing: The manufacturer shall assemble, inspect, and load test the unit at STA Jones Beach. Parts will be assembled into sub-assemblies according to practical arrangement for shipping purposes. Any defects found during inspection and testing shall be repaired by the Contractor at no additional cost to the Government. Dimensions: The overall dimensions of the machine, ie. length, width, and height, shall be as such to operate over, on, and within the limitations of the structures shown in Appendix 1. Special Condition: The Contractor is responsible for removing the existing 35 Ton ACME unit. However, the existing unit shall not be taken out of service until the new unit is operational. The existing unit shall become the property of the Contractor after acceptance of the new unit by the Contracting Officer. INVOICING REQUIREMENTS (Firm Fixed-Price)(a) Invoices shall be prepared and submitted in accordance with the provisions of clause 52.232-25, "Prompt Payment".(b) Invoices, in original and one copy, shall be submitted to the U.S. COAST GUARD, CEU PROVIDENCE, Attn: M. Walker, 300 METRO CENTER BLVD, WARWICK, RI 02886.PAYMENTS WILL NOT BE PROCESSED WITHOUT DOCUMENTATION FROM THE COAST STATION ON RECEIPT AND ACCEPTANCE OF ALL SPECIFIED ITEMS INCLUDING MANUALS.SOLICITATION PROVISIONS EVALUATION?COMMERCIAL ITEMS (FAR 52.212-2) (JAN 1999) (a) This procurement is being solicited in accordance with ?FAR Subpart 12.6, the test program in FAR Subpart 13.6, and Far Part 15.(b) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Capability of Item/Product Literature. For purposes of evaluation, the contractor shall provide existing product literature on 35 ton travel lifts, available in the industry, to determine its capability.2. Past Performances. Standard products shall have been in satisfactory commercial or industrial use for four years prior to the due date for receipt of quotations. The four-year use shall include applications of equipment and materials under similar circumstances and of similar size, the name and address of the owner with contact names and telephone numbers. A current point of contact for identified references shall be provided.3. PRICE. In the offeror?s own format, the price proposal shall be comprised of an itemized price breakdown in sufficient detail to permit a complete analysis of all equipment cost including accessories.4. WARRANTY REQUIREMENTS. Offeror shall provide warranty documentation indicating, at a minimum, the response time for warranty work, the covered parts and labor under the warranty and a contact person, including telephone number, responsible for warranty work.
 
Place of Performance
Address: U.S. COAST GUARD STATION JONES BEACH, WEST END BASIN, FREEPORT, NY 11520
Zip Code: 11520
Country: UNITED STATES
 
Record
SN00180470-W 20021004/021002213201 (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.