Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2004 FBO #0844
SOLICITATION NOTICE

49 -- Overhead Hoist System

Notice Date
3/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
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
FA4877-04-Q-0183
 
Response Due
4/2/2004
 
Archive Date
4/16/2004
 
Point of Contact
Timothy Hollis, Contract Specialist, Phone 520-228-5449, Fax 520-228-2369, - David Smith, Contracting Officer, Phone 520-228-5255, Fax 520-228-5284,
 
E-Mail Address
timothy.hollis@dm.af.mil, david1.smith@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 FAR 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 FA4877-04-Q-0183 is being issued as a request for proposal (RFP). (III) This solicitation incorporates clauses and provisions in effect through the Federal Acquisition Circular 01-20. (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) The following Contract Line Items apply: (1) 01 Each Installed and Fully Operational Overhead Hoist System; (2) Cost of 5 Year Warranty; (3) Annual Cost of 5 Year Maintenance/Service Agreement. (VI) Requirement: This is a Statement of Work for an overhead hoist system to support HH-60 helicopter maintenance in an aircraft hangar. A 3-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: A 3-Ton capacity, class C, Top riding bridge crane. Span: Approximately 107 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: Equivalent electric wire rope hoist with 22 feet of available lift, 2 speeds at no more than 12 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, with 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. Existing power in-place: 208v-3ph-60hz, to be verified during site visit. Total HP: Any acceptable. Runway: 3-ton capacity approximately 91 feet. Runway system: 182 feet of runway beams suitable for 24-foot support centers, 182 feet of 30-lb/yd ASCE crane rail with J-bolts and splice plates, 91 feet of 3 phase, 90 amp rated, Duct-O-Bar for crane electrification with mounting brackets, splice covers and power feeds, 10 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 and Hoist Specifications with proposal; Base Civil Engineering must approve Shop Drawing prior to contract award. Describe the attachment process to be used in attaching the hoist columns to existing columns if deemed necessary and the overall project. Provide all warranty information to include extended warranty and service/maintenance agreement costs. Site Visit: A mandatory site visit will be conducted Thursday, 25 Mar 2004 at 11:00 A.M. Mountain Standard Time (MST); see section (XVI) of this document for site visit specifics. Proposals will only be accepted and considered for contract award from contractors who attend the mandatory site visit. In lieu of attending the mandatory site visit, an interested contractor may send a qualified person or persons designated in writing to represent the interested contractor at the mandatory site visit. 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, material, services, and incidentals to provide a complete and functional end product. No alterations, additions, or deletions shall be made unless by prior written approval by the Contracting Officer. All work must meet or exceed acceptable industry standards and codes for the building trades. (VII) Place of Delivery: Bldg. 1447, Davis-Monthan AFB, Tucson, AZ 85707-3522. Required delivery date of fully operational system: Not later than 16 weeks after receipt of order. F.O.B. Point: Destination. (VIII) Provision 52.212-1, Instructions to Offerors-Commercial Items applies. (IX) Provision 52-212-2, Evaluation-Commercial Items, applies. Significant evaluation factors are as follows: (1) Technical capability of the item offered to meet the Government requirement; (2) Price; (3) Past performance of the offeror. Offerors shall submit the following information as part of their offer for both the offeror and their proposed major subcontractors: A list of all relevant (i.e., hoist) contracts and subcontracts performed within the past three years, including all contracts and subcontracts currently in progress. Contracts listed may include those with the Federal Government, agencies of state and local governments and commercial customers. Offerors that are newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. Include the following information for each contract and subcontract. 1. Name of contracting activity/company 2. Work performed and contract number, if applicable 3. Total contract value 4. Point of contact and telephone number. Performance information will be used for both responsibility determinations and as an evaluation factor. The Government will focus on information that demonstrates quality of performance and timeliness of service. The Government may contact references other than those identified by the offeror, and the information subsequently received may used in the evaluation of the past performance. Basis for Award: 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 Government will award the contract to the offeror whose offer represents the best value to the Government based on the following evaluation factors, listed in descending order of importance: 1. Technical Capability 2. Price 3. Past Performance Technical Capability and Past Performance when combined are more important than price. Offerors are specifically advised that under this evaluation method, the lowest priced proposal may not necessarily receive the award. Likewise, it may also be the case that the proposal receiving the highest past performance evaluation may not receive the award. (X) Offerors are required to submit a completed copy of 52.212-3 Offerors Representations and Certifications-Commercial Items, (http://www.arnet.gov/far/loadmainre.html) with each offer. (XI) Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. (XII) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies. Clauses 52.203-6 (Alt. I); 52.219-8; 52.219-14; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.232-33; and 52.247-64 apply. (XIII) N/A. (XIV) N/A. (XV) N/A. (XVI) A mandatory site visit will be conducted on Thursday, 25 Mar 2004 at 11:00 A.M. MST at Building 1447 on Davis-Monthan Air Force Base in Tucson, Arizona. In order to secure access to the base, all offerors must contact one of the POCs listed below prior to 1:00 P.M. MST Wednesday, 24 Mar 04 and provide name(s) of the individual(s) who will be attending the site visit. Complete proposals must be delivered to the 355 Contracting Squadron, 3180 S. Craycroft Rd. Davis-Monthan AFB, AZ 85707, not later than 2:00 P.M. MST on Friday, 2 Apr 2004. Facsimile (FAX) or electronic (email) proposals will not be accepted. (XVII) Point of Contact is TSgt Timothy W. Hollis (520) 228-2217, email: timothy.hollis@dm.af.mil, or alternate Mr. Dave Smith (520) 228-5255, email: david1.smith@dm.af.mil, fax (520) 228-5284.
 
Place of Performance
Address: Bldg. 1447, Davis-Monthan AFB, Tucson, AZ 85707-3522.
Zip Code: 85707-3522
Country: USA
 
Record
SN00547901-W 20040319/040317222826 (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.