Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2005 FBO #1328
SOLICITATION NOTICE

20 -- Schat-Harding MRT 3900 Electric-Hydraulic Gravity Davit or equal

Notice Date
7/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133M-05-RP-1218
 
Response Due
8/2/2005
 
Archive Date
8/17/2005
 
Description
This is a combined synopsis/solicitation for a commercial item 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, from which offers are being requested, and a written solicitation will not be issued. This announcement is a Request for Proposal (RFP), solicitation #AB133R-05-RP-1115 and incorporates provisions, clauses in effect through Federal Acquisition Circular No. 2005-04 dated 07/08/2005. The resulting contract will be a firm-fixed price type contract, FOB destination. This procurement action is being conducted under FAR Section 13.5 and specifies Schat-Harding as the only manufacturer of a davit which can support a workboat in a cradle being lowered and raised against the ship?s hull while underway at speeds of up to 5 knots.. Offerors who propose a davit that meets all characteristics listed in the following specifications will be considered for award. This acquisition is full and open competition with a NAICS code of 333923. TECHNICAL SPECIFICATION, MIRANDA BOAT DAVIT. 1. PURPOSE 1.1 The purpose of this specification is to define the minimum requirements for the provision of an electric/gravity boat davit. 2. SCOPE 2.1 The Vendor shall supply one Umoe Schat- Harding MRT 3900 electric-hydraulic gravity davit or equal in accordance with the following specifications. The complete set shall include a power unit, an hydraulic boat winch, cradle, track ways, lead sheaves on davit system, galvanized steel wire falls, normal gripe fittings, launch and retrieval pendants and a quick release hook. 3. EQUIPMENT SPECIFICATIONS 3.1 GENERAL 3.1.1 All material and equipment required by this specification shall be new and of commercial marine quality. Material and equipment shall be currently in production and supportable by spare parts. 3.1.2 Material and workmanship shall be in accordance with applicable United States Coast Guard regulations (46 CFR) and the American Bureau of Shipping for Building and Classing Steel Vessels. 3.1.3 Equipment furnished shall be capable of operating at rated level with unrestricted shipboard service under the following environmental conditions: a. Ambient air temperature between 40O F and 120O F b. Permanent list of 15O to either side c. Dynamic roll of 22.5O to either side d. Permanent trim of 5O (by the bow or the stern) e. Dynamic trim of 7.5O (by the bow or the stern) f. Athwartship and fore-and-aft inclinations shall be considered to occur simultaneously. g. Underway speed of up to 5 knots. 3.1.4 The Vendor shall perform a shop Operational and Performance test on the davit. Test results shall be provided to the NOAA Port Engineer for approval. 3.1.5 The Vendor shall provide three copies of the Operation and Maintenance Manual(s) for the gravity boat davit. The manual shall include documentation and parts support for the components supplied and its arrangement and electrical systems. 3.2 GRAVITY/ELECTRIC-HYDRAULIC DAVIT 3.2.1 The gravity davit shall be configured for use with a Rigid Hull Inflatable Boat, Zodiac Hurricane Solas Model RHIB-S or equal. 3.2.2 The davit shall lower the boat by both gravity and power and raise the boat by use of a hydraulic winch. 3.2.3 The davit system shall provide for supporting the workboat in a cradle that is lowered and raised against the ship?s hull. Three wire rope pendants shall support the cradle. No single wire davit systems will be considered. 3.2.4 The complete set shall include: a. One (1) Cradle assembly with rollers ? Triple point b. Two (2) Upper track ways c. Two (2) Lower track ways d. One (1) Head crossbeam e. One (1) Lower crossbeam f. One (1) Track center section g. Three (3) Galvanized steel wire falls h. Eleven (11) Lead sheaves on davit system i. One (1) Forward gripe fitting assembly j. One (1) Aft gripe fitting assembly k. Launch and retrieval pendants l. One (1) Quick release hook m. One (1) electric winch with controls n. Deck mounted hydraulic winch fitted with a hydraulic motor. o. Power Pack consisting of a hydraulic pump, electric motor, and all necessary valves p. Electric starter with heater, totally enclosed starting equipment consisting of overload and circuit break protection, isolation switch and indicating lamps. q. Push button START and STOP, and indicating lights r. Hydraulic hand control valve. 4.3 POWER PACK 4.3.1 The Power Pack shall consist of the following: a. Electric Motor: 40HPO, 1760 RPM, 460VAC, 3 phase, 60Hz b. Hydraulic Pump; Vane pump, 21 gpm @ 1200 RPM and 100psi c. Sump strainer d. Return Filter e. Flexible Drive Coupling Set f. Open Top Reservoir g. Filler/breather/filter cap h. All necessary gages and valves 4.4 HOIST WINCH 4.4.1 The hoist winch shall include the following: a. Fixed displacement Hydraulic motor b. Oil bath gear casing c. Hydraulic brake d. Sprag unit e. Centrifugal Brake Unit 4.4.2 Limit switches shall be installed on each track way to stop the boat in the stowed position. Junction boxes shall be provided as required to connect the electrical components. End of Technical Specifications. The davit shall be delivered to the NOAA Marine Operations Center, located at 1801 Fairview Ave E., Seattle, WA 98102 no later than October 31, 2005. Full text of the Federal Acquisition Regulations (FAR) noted within this synopsis/solicitation can be accessed on the Internet at www.arnet.gov/far; and Commerce Acquisition Regulation (CAR) clauses noted within this synopsis/solicitation can be accessed on the Internet at http://oamweb.osec.doc.gov/CAPPS_car.html, under CAR Part 1352 [local clauses] noted. Offers must include with their offer an originally signed SF-1449, a firm fixed price offer for one davit FOB destination, a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications Commercial Items, FAR 52.225-2, and 52.225-6 Trade Agreements Certificate (Jan 2005) , and at least three references which can verify the past performance of davits produced by the offeror within the last three years which meet these specifications. For each reference provide full company or organization name, contact name and telephone number, and Email address. 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: Successful past performance which shall include having provided davits that meet the specifications listed above to customers who have successfully operated the davit system to support a workboat in a cradle that is lowered and raised against the ship?s hull while underway at speeds of up to 5 knots. Past performance, is more important than price. (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. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-1, Instructions to Offerors ? Commercial Items, FAR 52.212-4, Contract Terms and Conditions Commercial items and the following Addenda are applicable: FAR 52.233-4; CAR clauses 1352.201-70, 1352.201-71, and 1352.233-71, are applicable to this synopsis/solicitation. Agency level protest procedures can be found in full text at http://oamweb.osec.doc.gov/CAPPS_car.html, under CAR Part 1333. FAR 52.204-7, Central Contractor Registration (CCR) is applicable; therefore, all vendors wishing to do business with any Federal Government Agency must be registered in CCR. Registration can be completed via the internet at http://www.ccr.gov. Contractors must have a DUNS number in order to begin CCR registration. If you do not already have a DUNS number and are located within the United States, you may call Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com. There is no cost to obtain a DUNS number. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, the clauses cited within the clause indicated below, and the following Addenda apply: FAR 52.219-4, 52.219-8, 52.219-23, 52.219-23, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-5, 52.225-13, 52.232-33, 52.233-3, and 52.215-5. Proposals may be submitted by fax to (206) 527-7755 or by email to Linda.C.Shaw@noaa.gov, or by mail to DOC, NOAA, AMD, 7600 Sand Point Way NE, WC32, Seattle, WA 98115 Attn: Linda Shaw. Deadline for receipt of offers is 2:00 PM August 2, 2005. Late or incomplete proposals will not be considered.
 
Record
SN00847106-W 20050716/050714211855 (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.