Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2003 FBO #0616
MODIFICATION

49 -- F02601-03-Q-0316 CRANE ASSEMBLY

Notice Date
8/5/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, AZ, 85707-3522
 
ZIP Code
85707-3522
 
Solicitation Number
F02601-03-Q-0316
 
Response Due
8/27/2003
 
Archive Date
9/11/2003
 
Point of Contact
Noah Branscom, Contract Specialist, Phone 520-228-2216, Fax 520-228-5284, - Joseph Laxson, Contract Specialist, Phone 520-228-5461, Fax 520-228-5284,
 
E-Mail Address
noah.branscom@dm.af.mil, joseph.laxson@dm.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(I)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 being requested and a written solicitation will not be issued. (II) Solicitation F15EA131550300 is being issued as a request for proposal. (III) This solicitation incorporates clauses and provisions in effect through the Federal Acquisition Circular 01-07. (IV) This requirement is being synopsized as a small business set-aside under standard industrial classification code 3536, NAICS Code 333923, small business size standard of 500 employees. (V) COMMERCIAL ITEM DESCRIPTION: This is a Statement of Work for the overhead hoist system to support the consolidated HH-60 and A-10 phase hanger. A 5-ton capacity class C, top riding bridge crane is needed to remove various aircraft components during the accomplishment of aircraft phase inspections. The approximate specifications are as follows: 5-Ton capacity, class C, Top riding bridge crane, Span: Approximately 120 feet, Bridge: Motorized, dual drive, 3 speed with a variable frequency drive for programmable speed points and smooth acceleration and deceleration. Maximum speed 100 FPM, End Trucks: 10-inch diameter steel wheels hardened to 400 to 450 BHN. Lifetime lubricated wheel bearings with a B-10, 5000 hour bearing life, Trolley: Motorized two speeds, with maximum speeds of 45 and 15 FPM, Hoist: Yale, or equivalent, electric wire rope hoist with 26 feet of available lift, 2 speeds at no more than 12 FPM and 4 FPM lifting speed. Includes a geared upper and lower limits switch. Uses a load brake and a motor brake. Hoist is rated H4 for duty cycle, Control: Wireless controls, Includes buttons for hoist, trolley, bridge and Off/ On mainline control, Paint: Primed and painted safety yellow enamel with capacity signs on each side of the bridge, Power: 460v-3ph-60hz, Total HP: 9 hp Minimum, Installation: Installation of the runway and crane as stated above in the existing building. Including transportation of the materials, and any equipment rental and personnel. Including a load test at 125 % of rated capacity. Runway: 5-ton capacity approximately 200 feet runway system: 400 feet of runway beams suitable for 20-foot support centers, 400 feet of 30-lb/yd ASCE crane rail with J-bolts and splice plates, 200 feet of 3 phase, 90 amp rated, Duct-O-Bar, or equal, for crane electrification with mounting brackets, splice covers and power feeds, 22 each Tube steel columns to brace to existing building columns for lateral and longitudinal bracing, Anchor bolts, miscellaneous nuts and bolts, 4 each crane end stops. Provide Shop Drawing of the design prior to contract award of the project for approval by Base Civil Engineering. Detailing the attachment process to be used in attaching the new columns to the existing columns if deemed necessary and the overall project. Warranty: Must provide all information to include possible extended warranties and service/maintenance agreement costs. Site Visit: A site visit is not required but is highly encouraged due to the possibility that the existing structure may need to be used and there are various obstacles throughout the building. The following is a list of requirements to fulfill the intended purpose: The project includes, but is not limited to the following work elements: The contractor shall furnish all plant, labor, equipment, materials, services, and incidentals to provide a complete and usable end product. No alterations, additions, or deletions shall be made unless by prior written approval of the Contracting Officer. All work must meet or exceed acceptable industry standards and codes for the building trades. (VII) Place of delivery: BLDG 1440, Davis-Monthan AFB, AZ 85707. F.O.B. POINT IS DESTINATION. (VIII) Provision 52.212-1, Instructions to Offerors- Commercial Items applies. (IX) Provision 52-212-2, Evaluation _ Commercial Items applies. Proposal will be evaluated on price, price related factors and past performance. (X) Offerors are required to submit a completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items with their offer. (XI) Clause 52.212-4, Contract Terms and Conditions- Commercial Items and any addenda the clause applies to this acquisition. (XII) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to the award document. (XIII) N/A. (XIV) N/A. (XV) N/A. (XVI) A site visit will be held on the 29th of July 2003 at 10:00 a.m. local time. Proposals will be due to the 355th Contracting Squadron, 3180 S. Craycroft Rd. Davis-Monthan AFB, AZ 85707, by the 27th of August 2003, 11:00 a.m. Pacific standard time. (XVII) Point of Contact is Mr. Noah Branscom (520) 228-2216 or alternate Mr. Joe Laxson (520) 228-2217.
 
Place of Performance
Address: BLDG 1440, DAVIS MONTHAN AFB, TUCSON, AZ
Zip Code: 85707
Country: UNITED STATES
 
Record
SN00392425-W 20030807/030805213542 (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.