Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2004 FBO #1122
SOLICITATION NOTICE

23 -- FY05 Procurement of Rough Terrain Crane

Notice Date
12/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, OICC Sasebo, Sasebo Naval Base, Building 320 Hirase-cho, Sasebo, AP, 857-0056
 
ZIP Code
857-0056
 
Solicitation Number
N62836-05-T-6031
 
Response Due
1/20/2005
 
Archive Date
1/20/2005
 
Point of Contact
Hirokazu Toyofuku, Contract Specialist, Phone 252-2395, Fax 252-3769, - Hirokazu Toyofuku, Contract Specialist, Phone 252-2395, Fax 252-3769,
 
E-Mail Address
hirokazu.toyofuku@sasebo.navy.mil, hirokazu.toyofuku@sasebo.navy.mil
 
Description
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. The solicitation number N62836-05-T-6031, and is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 25. CONTRACT LINE ITEM 0001, Mobile Rough Terrain Crane, Telescoping Boom, X-Type Outrigger, Diesel Engine Drive, 35 Metric Ton Capacity E/C 8254-0J; QUANTITY: One; UNIT OF MEASURE: Each. (A) DIMENSION: Manufacturer's standard. Boom Minimum Length: 36 Meters (118.11 Feet). (B) CONTRACT REQUIREMENTS: (1) Exterior Color: Manufacturer's standard color. (2) Identification Markings and Registration Numbers: The U.S. Government shall provide License plates for the Contractor to install on the crane front and back. (3) Rust Proofing and Under Coating: Manufacturer's standard. (4) Attachments: Equipment shall have the following Attachments as a minimum. (i) Extendable Jib: Minimum Length 13.0 Meters (42.65 Feet). (ii) Auxiliary Hook Block and Nose Sheave: Minimum Capacity 3.5 Metric tons (7,716 lbs). (iii) Anemometer mounted on the main boom tip with a gauge in the Operator’s Cab. (iv) Winch Drum Camera with a monitor in the Operator’s Cab. (v) Back View Camera with a monitor in the Operator’s Cab. (vi) Load Moment Indicator. Manufacturer’s Standard. (vii) Outrigger Cribbing and Storage Brackets of Manufacturer’s design. Design shall be approved by NAVFAC Far East prior to manufacturing. (viii) Load Moment Indicator Warning Lamp System. (ix) Revolving Yellow Lights. Shall be installed on the left and right front side visible to personnel and vehicles ahead of the crane travel path. Mounting location shall be approved by NAVFAC Far East prior to mounting. (x) Back Up Lights. Shall be installed on the left and right hand rear of the carrier frame. Mounting location shall be approved by NAVFAC Far East prior to mounting. (xi) Operations. Crane shall have 5-lever type control system. (xii) Red and Yellow side lights are required. Mounting location shall be approved by NAVFAC Far East prior to mounting. (xiii) Tire marker lights are required. Mounting location shall be approved by NAVFAC Far East prior to mounting. (xiv) A light shall be provided so that the level gauge may be seen at night. Mounting location shall be approved by NAVFAC Far East prior to mounting. (xv) A loud speaker system, standard manufacturer’s equipment, shall be provided so that the operator may pass instructions to the outside of the crane. Mounting location shall be approved by NAVFAC Far East prior to mounting. (xvi) Provide a side view camera on the front of the boom with a monitor in the operator’s cab to provide a view of the opposite side while driving the crane. Mounting location shall be approved by NAVFAC Far East prior to mounting. (xvii) Provide an adjustable work light on the crane that is adjustable from the operator’s cab to provide a lighted working area for the riggers. Mounting location shall be approved by NAVFAC Far East prior to mounting. (xviii) Provide a hands free radio system with a speaker mounted in the operator’s cab and two hand held radios for rigger personnel. Mounting location shall be approved by NAVFAC Far East prior to mounting. (xix) Provide tie down pad eyes (two in the front and two in the rear) to allow for the securing of the crane. Mounting location shall be approved by NAVFAC Far East prior to mounting. (xx) Provide lifting eyes and procedures to allow for the lifting of the crane using another crane. Engineering calculations, rigging diagram and mounting locations shall be approved by NAVFAC Far East prior to mounting. (xxi) Hooks and nuts must not be plated or painted. Hooks and nuts must be able to pass a government NDT. NDT will be magnetic particle method. Acceptance criterion shall be no linear indications greater than 1.5875 mm’s (1/16 inch). Hooks and nuts shall be delivered to the government for testing prior to government’s factory Quality Assurance and Load Testing. The hook and nut shall not be welded at anytime in the manufacturing process. (5) Hour meter: Manufacturer's standard. (6) Warranty: Manufacturer's standard. The warranty work will be provided by dealers around the Sasebo area, Japan with Government personnel providing Quality Assurance of all work. All warranty work to include the Manufacturer’s warranty term inspections shall be conducted at no cost to the government to include parts and labor. Any warranty work performed to include warranty term inspections and breakdowns shall be documented in detail to include the repair procedure and the parts installed at no extra cost to the government. Detailed report shall be provided within 48 hours after completion of any and all warranty work. (7) Technical Publications: Two (2) sets of operator manuals (Japanese) and Two (2) sets of Operator’s Manuals (English) for each equipment installed on the crane, two (2) sets of Technical (shop repair) manuals and part catalog (Japanese) and two (2) sets of Technical (shop repair) manuals and part catalog (English) for each equipment installed on the crane, to be furnished by Contractor 30 days prior to date of equipment delivery. English manuals are required only if available. (8) Accessories: Shall be the type installed on manufacturer's standard domestic production model. (9) U. S. Government Initial Testing. The Government shall conduct factory load testing and Quality Assurance inspection at the Contractor’s facilities prior to delivery of the crane. The Inspection shall be conducted in accordance with the NAVFAC P-307 Appendix C (No disassembly required). Load testing shall be in accordance with NAVFAC P-307 Appendix E. Copies shall be provided electronically upon request. Japanese version of the NAVFAC P-307 may be downloaded from the internet at ncc.navfac.navy.mil. (10) Training. (i) Operator training shall be provided to U. S. Government personnel in Japanese at the Government’s Facilities in Sasebo, Japan at no additional cost to the Government at the time of delivery. Minimum training time is three periods of 8 hours each. (ii) Maintenance, Inspection and Testing Training shall be provided in Japanese at the Government’s Facilities in Sasebo, Japan at no additional cost to the Government at the time of delivery. Minimum training time is two periods of 8 hours each. (11) Tools. All special tools specific to this make and model of crane required by the manufacturer’s manuals for the maintenance, inspection, operation and testing of the crane that are not available from a commercial source other than the contractor shall be provided at the time of delivery of the crane. (12) Wire Rope End Connection. The crane shall be delivered with 4 parts of line reeved on the main hoist with either a swage or poured socket end connection. The Auxiliary Hoist shall also have a swage or poured socket end connection. No wedge sockets are permitted. If the main hoist motor line pull is capable, wire rope length should be capable of the hook block reaching the ground with four parts of line and the boom fully extended at minimum radius. A certificate of maximum wire rope length shall be provided upon delivery. (13) Service Bulletins. Contractor shall provide Service Bulletins as issued for the life of the crane. (14) Technical Assistance. The contractor shall provide technical assistance as required for the maintenance of the crane to include engineering procedures for the repair of structural cracks, unusual problems where the normal troubleshooting is not effective, etc. (15) Free Fall Mode. Not acceptable. (16) Wire Rope Breaking Strength Certificate. Manufacturer’s Certificate is required for the Boom Extend, Retract, Main and AUX Hoist Wire Rope. (C) INTENDED USE: The equipment covered by this specification is intended for general administrative use by the U.S. Government. The equipment furnished hereunder shall be delivered ready for immediate use. (D) SAFETY. Each piece of equipment installed on the crane shall comply with Japanese Industrial Standard safety requirements. (E) CRANE DELIVERY. The crane shall be fully set up and ready for immediate use upon delivery. The crane may be set up at the government’s facilities at no cost to the government. (F) DELIVERY POINT. All transportation charges borne by the contractor to the Transportation Officer, NAVFAC Far East, Transportation Department, Sasebo, Japan, (Tel 0956-50-2740, DSN 252-2740). (G) DELIVERY DATE. The equipment shall be delivered at the delivery point specified above within 90 calendar days after date of contract award. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, and clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and are incorporated by reference. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR provision 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition and is incorporated by reference. FAR provision 52.212-2, Evaluation – Commercial Items, apply to this acquisition and is incorporated by full text, as follows: 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) 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 following factors shall be used to evaluate offers: (1) technical capability of the item offered to meet the Government requirement; (2) price; and (3) past performance (see FAR 15.304). (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. All quotes shall be in the English language and priced in Japanese Yen only. All quotes shall include (1) Price Quotation: One (1) set, (2) Completed Representations and Certifications: One (1) set, (3) Technical Proposal: One (1) set, and Past Performance information: One (1) set. TECHNICAL PROPOSAL REQUIREMENT: (1) Catalogues or other product literature identifying the features and specifications of each crane offered. At a minimum, the literature should identify compliance with the specifications: One (1) set. (2) The Contractor shall identify in his proposal as to which specified items his proposed crane meets. The contractor may use the specification by putting a “YES” or “NO” in red ink pen at the end of each specified item, and submitting it with the proposal. Any deviations from the Government’s proposed specification shall also be identified in red ink pen and submitted with a deviation summary: One (1) set. All quotes are due on 20 January 2005 at 1100 hours. All quotes shall be submitted to: Naval Facilities Engineering Command, Far East, Resident Officer in Charge of Construction, Sasebo, PSC 476 BOX 66, FPO AP 96322-1160. Any questions may be submitted to Mr. Hirokazu Toyofuku, Contract Specialist, at Telephone: 011-81-956-50-2395, Fax: 011-81-956-23-2535, or E-mail address: hirokazu.toyofuku@sasebo.navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (20-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62836S/N62836-05-T-6031/listing.html)
 
Place of Performance
Address: Naval Facilities Engineering Command, Far East, Resident Officer in Charge of Construction, Sasebo, PSC 476 BOX 66, FPO AP 96322-1160
Country: Japan
 
Record
SN00723946-F 20041222/041220211814 (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.