Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2004 FBO #0976
SOLICITATION NOTICE

25 -- Truck Mounted Hoist

Notice Date
7/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
336399 — All Other Motor Vehicle Parts Manufacturing
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 65 CONS, 65 CONS/LGC, Lajes Field, Azores APO, AE, 09720
 
ZIP Code
09720
 
Solicitation Number
FA4486-04-T-0025
 
Response Due
8/10/2004
 
Archive Date
8/25/2004
 
Point of Contact
Christopher Day, Contract Specialist, Phone 011-351-295-576162, Fax 011-351-295-573758, - Mary Accomando, Contracting Officer, Phone 011-351-576749, Fax 011-351-573758,
 
E-Mail Address
christopher.day@lajes.af.mil, mary.accomando@lajes.af.mil
 
Description
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; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA4486-04-T-0025. The solicitation is issued as a Request for Quotation (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13. The North American Industry Classification System (NAICS) code to this acquisition is 336339. This requirement is NOT RESTRICTED to Mainland Portugal and its territories. The part number listed is Western Mule Cranes. Item needs to be Western Mule Cranes or equal. Items required are as follows: Item 0001-Model A-1350, Truck Mounted Hoist, Qty-1; Type-Fold a way bumper mounted type, 77" wide for mounting to Full-Size Pickups; Capacity-Designated lifting capacity of 1350 lbs; Boom Height-Fixed position boom with an overall height of 77" from top to bumper; Boom Length-Fixed length of 45"; Rotation-360 degree continuous manual rotation on machined surfaces, with two needle bearings and one thrust bearing, that are environmentally sealed; Hoist-Hoist motor shall be 12 volt D.C. powered, with a dual internla breaking system. Hoist shall have power up and power down; Cable-25' x 3/16" diameter galvanized aircraft quality cable, with a single line breaking strength of 4200 lbs., and a safety hook; Control-Hand Held Pendant Control, 10 feet in length, shall be furnished for controlling the hoisting function. It shall also be 12 volt D.C. powered. Pendant Control shall be weather resistant, with a solid rubber insulated grip; Power Source-The vehicle's own 12 volt D.C. battery; Outrigger-It shall have a permanently attached swing down adjustable outrigger, to increase stability and reduce the loading to the vehicle's suspension; Hitch-The Bumper shall have a factory installed Class 3 Receiver type hitch. This hitch is rated at 5000 lbs of drawbar pull and 1000 lbs vertical hitch load. (Vehicle's rated towing capacity may be less.); Mounting-Crane shall be provided with all necessary wiring, brackets, fasteners, and hardware, for bolt on mounting to the vehicle's frame; Wiring-Crane shall be pre-wired from the factory and tested. The Crane's entire electrical system shall be circuit breaker protected; Safety-Crane shall be designed and manufactured according to the applicable ANSI standards for mobile cranes. The Crane shall be clearly marked with Maximum Load and Warning Decals; Man-Lift-Crane shall be certified for use as a Man-Lift for all personnel hoisting requirements of confined space activity. (To be used as a Man-Lift, the Crane shall be equipped with the optional Rotation Lock and shall not be equipped with the optional Free-Wheeling.); Construction-Bumper shall be 2" x 5 " tubular steel construction. Mast shall be seamless DOM tubing with a strong back. Boom shall be formed from 1 piece of 3/16" ASTM A572 Grade 50 High Tensile Steel. All Sheaves shall be steel with replaceable oil-impregnated bushings. All Sheave Pins shall be made from plated stress proof steel; Documentation-The Crane shall be furnished with detailed Installation Instructions, Operation and Safety Instructions, Parts Lists, and Maintenance Instructions; Finish-The Crane shall have a baked powder coat finish, gloss black; Warranty-Manufacturer shall warrant the materials and workmanship for a period of oney year from the date of delivery (Excluding cable.) The provision at 52.212-1, Instructions to Offerors _ Commercial items, applies to this acquisition. Offerors shall provide a firm fixed-price for above items. Delivery charges, if any, must be included in unit price. FOB shall be Lajes Field Azores, Portugal. Offerors unable to meet the target delivery date of 90 calendar days from award must provide projected delivery date. Partial delivery is authorized. Successful contractor must meet all the responsibility requirements of Subpart 9.1 of the Federal Acquisition Regulation (FAR). A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Evaluation will be made based on the lowest priced offer. The following clauses also apply: 52.212-3 Contract Terms and Conditions--Commercial Items, 52.212-4 -- Contract Terms and Conditions -- Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.204-7004 Required Central Contractor Registration, 252.232-7009 Payment by Electronic Funds Transfer (CCR), 52.212-1 Offeror Representations and Certifications--Commercial Items (June 2003). Award will be based on lowest price submitted and responsiveness to the terms and conditions of the requirements. The full text of these clauses and provisions may be viewed in full text at the following web site: http://farsite.hill.af.mil. All proposals should be clearly marked with the bidders name and solicitation number. The due date for submission of proposals is 4:00 PM local time, 10 August 2004; send to 65th Contracting Squadron, Unit 7775, Bldg. T-615, Lajes Field, Azores Portugal 09720-7775. Facsimile submissions will be accepted. Point of contact: SrA Christopher Day or e-mail to: Christopher.day1@lajes.af.mil. Offerors are responsible to comply with this notice and any amendments thereto. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation. There will NOT be any hard copies of this solicitation issued. The Government reserves the right to revert to paper medium when it is determined to be in the Government?s best interest. All proposals and other normal documents required for the proposal submittal, including amendments to the proposal submittal, shall be in paper medium. All contractors interested in receiving notification of updates/amendments to the solicitation posted on the EPS are urged to enroll on the web site mailing list for this acquisition. Those contractors enrolled will be notified automatically of any changes made to the RFQ through their e-mail addresses.
 
Place of Performance
Address: Lajes Field, Azores
Zip Code: 09720
Country: Portugal
 
Record
SN00631261-W 20040729/040727212218 (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.