Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2004 FBO #0885
MODIFICATION

39 -- Top Load Container Handler

Notice Date
3/20/2004
 
Notice Type
Modification
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
W914NS-04-R-0133
 
Response Due
4/5/2004
 
Point of Contact
Wanda Cross, Contracting Officer, Phone 703-343-9225, Fax null,
 
E-Mail Address
crossw@orha.centcom.mil
 
Description
AMENDMENT 0001 adds the full text of ATTACHMENT 1, W914NS-04-R-0133. TOP LOADING CONTAINER HANDLERS Statement of Work: 1. SCOPE. This Statement of Work (SOW) defines the effort required for the purchase and testing of four (4) Top Loading Container Handlers (TLCH), warranty, and preventative maintenance training. This purchase will include associated training and spare parts and tooling lists allowing for completion of routine maintenance for a period of 1 (one) year after delivery. Additionally, vendor must demonstrate through a Statement of Qualification that that it is an ongoing entity with past sales and service experience for the offered item for a ten (10) year period. 1.1 Background. The Supplemental Allocation provided in the 2207 Report and the Coalition Provisional Authority (CPA) Program Management Office (PMO) has been initiated to design, develop, produce, and deploy services, products, and construction to support rebuilding the infrastructure and economy of Iraq. The Port of Umm Qasar is an integral part of the infrastructure rebuilding and improvement efforts to move goods, people, and raw materials supporting inter-state and international commerce and exchange. To support this effort TLCHs are necessary to allow movement of Containers between the Ports Container Cranes, flatbed trailers and rail and truck staging areas. This capability is essential to the efficient movement of materials between sea ports, rail heads, and truck carriers. The TLCH specification is a commercial material handling equipment specification. The desired equipment must meet or exceed the specifications of the Taylor Machine Works THDC-955 MIT Loaded Container Handler. Due to degraded training and supply chain operations, a 1 (one) year on-site maintenance agreement covering parts and service is required for the interim rebuilding operations. Due to the poor state of trained personnel training covering routine maintenance for 25 personnel should be made, upon mutual agreement between the awardee and the Umm Qasar Port Manager, available at the Port facilities to occur no more than 30 days after delivery. Finally, while the industry is in an infant state of development it is important that capital equipment buys have long-term viability, therefore the customer seeks to reduce risk by elimination proposals from individuals without the financial stability and standard capacity to support after-sales service of the equipment. 2 APPLICABLE DOCUMENTS. The following documents are applicable to this Statement of Work and attached appendices to the extent specified herein. 2.1 Non-Government standards and other publications. 2.1.1. Performance Specification Sheet. Contains minimum operating requirements and specifications. 2.1.2 Independent Government Cost estimate. Cost estimate based on Market Research. 3 REQUIREMENTS. 3.1 General. This SOW is for the purchase of commercial Top Loading Container Handlers (TLCH), a one (1) year warranty for each ICH, training, and manuals in Arabic. 3.2 Detail Tasks. 3.2.1 Design, Engineering, and Test. 3.2.1.1 Design and Engineering. The contractor shall deliver four (4) TLCHs to the Port of Qasar within 60 days of contract award. The TLCHs will meet the minimum operating requirements and specifications as identified in section 2.1.1. 3.2.1.2 Design Analysis. The contractor shall provide in their proposal a detail design analysis of the proposed vehicle. Detailed physical and performance design characteristics meeting the criteria in Attachment 1 shall be specifically identified. Design documentation shall include, if proposal of equipment does not meet specifications, discussion of alternatives and the ramifications thereof, risk assessments, and trade-offs made. 3.2.1.3 Preliminary Design and Design Formalization. The contractor shall conduct a Preliminary Design Review. The contractor will propose the best-fit TLCH in their proposal. 3.2.1.4 Fabrication/Test. The contractor shall correct and document any design characteristics that are found by the Port Authority to be inappropriate to the Port Authority’s application but that do not otherwise alter performance or system effectiveness characteristics.3.2.1.5 Upon receipt of the TLCH’s the Port Authority and Contractor shall test operate the vehicles and no acceptance will be formalized until testing confirms that all vehicles operate within the performance criteria required. 3.2.1.5 Delivery. Four (4) TLCHs will be delivered to the Port of Umm Qasar no later than 60 days after contract award. 3.2.2 Warranty. Contractor shall provide a one (1) year mechanical and structural warranty to begin the day of delivery and to expire 365 calendar days after delivery. The warranty will provide on-site repair of major mechanical equipment failures to include parts and labor. Upon notification, contractor must execute procedures to enter the country and provide on-site service no later than 30 days after notification. 3.2.2.1 Major mechanical or structural failure is defined as failure that reduces operation below the minimum operating standards as identified in the SOW. Major structural failure is defined as fabrication failure(s) that reduces operation below the Minimum Operating Requirements of the SOW. Additionally, any mechanical or fabrication failure that creates an unsafe environment is a major failure. 3.2.3 Training and Documentation. The contractor will provide training for the operation and maintenance of the TLCH. The level of training will provide operators the capability of loading and offloading truck trailers, intermodal train trailers, and loading from ground level to rail or truck. Contractor will propose the best mix of classroom and hands-on operational training to accomplish the operations goal. 3.2.3.1 Two (2) sets of operating and shop manuals will be provided per TLCH. Each manual will be in Standard Arabic 3.2.4 Statement of Qualification. The contractor will provide a Statement of Qualification with their proposal. The intent of the statement is to mitigate the risk of nonperformance after-sale. The statement should address the following areas. Other statements are at the discretion of the contractor. 3.2.4.1 Length of time in business under same ownership structure 3.2.4.2 Length of time in sales of cargo movement equipment 3.2.4.3 Statement addressing standard after-sales service 3.2.4.4 Use of sub-contractors for equipment service 3.2.4.5 Countries where legally operating sales and service facilities 3.2.4.6 Address and location of headquarters 3.3.4.7 Top five clients for ICH equipment 3.2.5 Delivery and Acceptance. 3.2.5.1Delivery. All shipments of goods bound for the Port of Umm Qasar will be received at the customs receiving yard at the Port of Umm Qasar (N30.03219 E047.94332). Port Manager shall be contacted at (965) 787-1164, at least seven days prior to shipment arrival in order to arrange to meet and inspect the incoming shipments. ATTACHMENT 1 PERFORMANCE SPECIFICATIONS ARE: THDC-955 MIT LOADED CONTAINER HANDLER Five High Stacking -9’6” CUMMINS ENGINE TAYLOR MAX ENGINE OIL FILTRATION TAYLOR MAX AIR PRE-CLEANER, AIR CLEANER RESTRICTION INDICATOR ENGINE PROTECTION SYSTEM TRANSMISSION PROTECTION SYSTEM RACOR FUEL FILTER/WATER SEPARATOR WITH SEE THROUGH BOWL EXTERNALLY MOUNTED HOUR METER THAT CAN BE READ AT GROUND LEVEL TRANSMISSION PRESSURE GAUGE REVERSE-ACTUATED BACKUP ALARM AND LIGHTS STROBE LIGHT, KEYSWITCH ACTUATED HID LIGHT KIT, LIGHTED INSTRUMENTS AIR HORN VENTILATION FANS AND DEFROST VENTS FOR ALL WINDOWS RETRACTABLE SHADES OR TINTED GLASS THAT WILL BLOCK SUN AND STILL ALLOW NIGHT OPERATION PREWIRED FOR VHF RADIO MOUNT ELECTRIC WIPER SYSTEM FRONT, TOP AND REAR (ELECTRIC MOTORS MUST BE WEATHER SEALED UNITS) PILE SLOPE PROXIMITY SWITCHES ON SPREADER FUNCTIONS IN PLACE OF LIMIT SWITCHES STEER AXLE STOPS, BUMPER TYPE SLIDER ASSEMBLY ON SPREADER ALL SUBSEQUENT UPDATES PAINTED COMPANY COLORS MAINTENANCE AND PARTS MANUAL TRAINING FOR MECHANIC TIRE SPECIFICATION 1800X25 GALAXY SUPERSMOOTH L-4 HIGH PRESSURE RIMS AIR CONDITIONED CAB (CONDENSER UNIT MUST BE MOUNTED ON GROUND LEVEL NOT ON TOP OF CAB) CLOSING DATE REMAINS UNCHANGED NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (20-MAR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-APR-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/CPAIRAQ/APOAE/W914NS-04-R-0133/listing.html)
 
Place of Performance
Address: SEE STATEMENT OF WORK PARAGRAPH 3.2.1.5
Zip Code: 09316
Country: IRAQ
 
Record
SN00573978-F 20040429/040427213054 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.