Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2003 FBO #0611
SOLICITATION NOTICE

17 -- CRANE FLOOR PORTABLE

Notice Date
7/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
National Guard Bureau, Environmental/Air Acquisition Division, ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
 
ZIP Code
22202-3231
 
Solicitation Number
DAHA92-03-CRANE
 
Response Due
8/7/2003
 
Archive Date
10/6/2003
 
Point of Contact
Chris Pettigrew, 703-607-1226
 
E-Mail Address
Email your questions to National Guard Bureau, Environmental/Air Acquisition Division
(chris.pettigrew@ngb.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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; proposals are b eing requested from GSA Holders Only and a written solicitation will not be issued. This is not a developmental effort; these cranes should already be developed. All quotes must meet the Government Requirements. Solicitation DAHA92-03-CRANE is issued as a Request for Proposal (RFP) and will result in a firm fixed-price contract. Award will be made on a Best Value all or none basis. Provisions and clauses incorporated in Solicitation DAHA92-03-CRANE are those in effect through Federal Acquisition Circul ar (FAC) 2001-04. This acquisition is being acquired as 100% Small Business Set Aside. The solicitation includes the following Contract Line Item Number (CLIN) 0001 Purchase of 57 Cranes. REQUIREMENT: Crane must lift a minimum of 1500 pounds. The Cr ane must meet the following criteria: The operating mode dimensions of the cane shall not exceed 24 Ft long X 24 Ft wide X 22 Ft high. Have a telescoping boom capability height ?????? minimum 15ft to maximum of 21ft 6 in. The shipping mode dimensions of the crane shall not exceed 9 Ft long X 7 Ft wide X 8 inch high and shall fit onto a single standard 463L pallet (108 inch L x 88 inch W). Designed for the removal and installation of specified equipment, with maintenance stands in place, on A-10, HH-60, F-15, F-16, and F-22 airframes. Totally mechanical ?????? no hydraulics or external power sources required. Crane be operated and maneuvered by one person. Have a boom rotation of 360 degrees about its vertical axis under operating load. Variable tilt angle of 0 to 18 degrees under operating load. Designed to have telescopic locking outriggers, incorporating a low profile outrigger leg to accommodate 10 inch low ground clearances around and under the aircraft. Have four (4) stowable screw jacks for stabilizing and leveling of the crane during operation. Four (4) swivel lock caster wheels (FOD resistant) and manually operated foot brakes. Crane shall be designed to be air, land and sea transportable with four cargo tie downs for crane retention. Ea ch cargo tie down shall have a minimum operating load capability of twice the weight of the crane. The force required to move the crane from rest on a smooth, dry, level, brushed concrete or paved surface shall not exceed 75 pounds. Servicing and inspecti on accomplished without removal of panels or components. Have a minimum service life of 20 years. Designed to accomplish maintenance with general purpose tools and commercially available equipment. Reconfiguration time from operational to transport mode l within five minutes from operational to shipment mode within ten minutes. 1- Year Warranty. Delivery: First delivery: 90 days after award. Quantity: 5 per month. EVALUATION CRITERIA: Proposal will be evaluated based on the following: Factor I ?????? Technical, Sub factor 1: System Operation, Sub Factor 2 ?????? System Maintainability, Sub- Factor 3 ?????? Functional Characteristics; Factor II ?????? Past Performance ?????? Provide past performance information on at least five similar previous contracts that demonstrate your ability to successfully manage this project (i.e. meeting technical requirements, cost and delivery schedule); Factor III ?????? Price. Factor I ?????? Technical is more important than Factor II ?????? Past Perfor mance. Factor I ?????? Technical and Factor II ?????? Past Performance are more important than Factor III ?????? Price. Sub-factors 1-3 are in descending order of importance. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contr act Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; and DFARs 252.212-7001 Contract Terms and Conditions Required to Implement Statutes and Orders Applicable to Defense Acquisitions of Commercial Items shall apply to this solicitation. Please submit with your quote a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items. All quotes will be evaluated on price and delivery. The Government will award a contract to th e responsible offeror whose offer is conforming to the solicitation and will be most advantageous to the Government. The FAR clauses my be viewed at http://farsite.hill.af.mil Contractors submitting quotes must be enrolled in the Central Contractor Regis tration Program (CCR). The closing date for this solicitation will be 7 Aug 03, 2:00 PM Eastern Standard Time. Late quotes will not be accepted. Your quote shall be submitted in writing to chris.pettigrew@ngb.ang.af.mil. This notice does not obligate t he Government to award a delivery order for the subject items. The Government shall not be obligated to pay for any information developed and/or furnished by potential sources in response to this notice.
 
Place of Performance
Address: National Guard Bureau, Air Acquisition Division ATTN: NGB-AQF, 1411 Jefferson Davis Highway, Suite 8200 Arlington VA
Zip Code: 22202-3231
Country: US
 
Record
SN00388683-W 20030802/030731213900 (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.