Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2008 FBO #2291
SOLICITATION NOTICE

99 -- 40 Ton Double Girder Overhead Crane

Notice Date
3/3/2008
 
Notice Type
Solicitation Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-08-T=1009
 
Response Due
3/17/2008
 
Archive Date
5/16/2008
 
Point of Contact
Steve Tirone, 928-328-6287
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(steve.tirone@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: W9124R-08-T-1009 Response Date: 17 March 2008 at 12:00 PM Noon Mountain Standard Time (MST) This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisiti on Regulation (FAR) Part 12  Acquisition of Commercial Items, Part 13  Simplified Acquisition Procedures, and Subpart 13.5 Test Program for Certain Commercial Items as supplemented with additional information included in this notice. This announcement c onstitutes the only solicitation and a written solicitation will not be issued. This requirement is being issued under the Simplified Acquisition Procedures as a Brand Name or Equal (North American Industries) per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offer. The United States Army Yuma Proving Ground (USAYPG) has a requirement for the purchase of one 40 foot 5 ton top running double girder overhead crane with an approximate span of 54 feet. The crane must meet the following specifications: Crane 1. Box girder type with catwalk 2. End trucks are 12 6 wheel base with 18 wheels<B R>3. Wheels 400 bhn hardness 4. CMAA Class D Crane 5. Bridge speed: 125 fpm  variable speed inverter drive 6. Dual bridge drive with two 5 hp inverter duty motors and brakes 7. Flat cable festoon for crossbridge conductors and pendant festoon< BR>8. Pendant control with selector switch for each hoist 9. Bridge bumpers 10. 3 each 400 watt Halide lamps 11. All control cabinets will be catwalk mounted with mainline disconnect 12. Crane will be painted safety yellow 13. 460/3/60 vac o perating voltage with 115/1/60 vac control voltage Main Hoist 1. 40 ton built up wire rope hoist 2. 30 lift at 11 fpm max. lift speed 3. 30 hp/1800 rpm hoist motor 4. Flux vector hoist control with encoder 5. 8 DC shoe brake on hoist 6. 6 part reeving w/9/16 wire rope 7. Variable frequency control Auxiliary Hoist 1. 5 ton built up wire rope hoist 2. 30 at 32 fpm max. lift speed 3. 10 hp/1800 rpm hoist motor 4. Flux vector hoist control with encoder<B R>5. DC disc brake on hoist 6. 2 part reeving w/3/8 wire rope 7. Variable frequency trolley control Trolley 1. 40 ton top running 2. Class D 3. 75 fpm max. travel speed 4. 96 trolley gage with 12 wheels 5. 2 each 2 hp/1800 rpm hoist motors 6. DC disc brake on trolley 7. Variable frequency trolley control. 8. Quote must include removal of 40 existing ton crane The solicitation document and incorporated provisions and clauses are those in effect through Feder al Acquisition Circular (FAC) 2005-23 (25 January 2008) and Class Deviation 2005-o0001 and Defense Federal Acquisition Regulation Supplement (DFARs) current to DCN 20080124 edition. Government IMPAC (Visa) Payment Card is the preferred method of payment. The awarded contract will be a firm fixed price contract. Offerer shall account for any costs associated with accepting credit card payment in the submitted quotation. This commercial item acquisition is being solicited as 100% small business set-aside. Sh ipping will be FOB destination. The North American Industry Classification System (NAICS) is 333923 with a size standard of 500 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register o nline at https://www.bpn.gov/CCR/scripts/index.html. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Nov 2007) with Alternate I (Apr 2002) and DFAR 252.212- 7000 Offeror Representations and Certification Commercial Items (Jun 200 5) apply to this acquisition. In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm; an alternate web site is www.arnet.gov/far/ use Current FAR 52.212-3 in HTML or PDF format. Locate the referenced provision, copy and paste it to a Word Document and complete the document with all pertinent company i nformation prior to submission. An offeror shall complete only paragraph (k) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the (ORCA) web site at http://orca.bpn.gov . If you provide a quotatio n for other than the Brand Name specified you must provide technical information and/or descriptive literature about the product you propose so that a technical determination can be made during the review process. All quotations shall include transportatio n costs to U.S. Army Yuma Proving Ground, Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. Quotes shall be clearly marked W9124R-08-T-1009 40 Ton Double Girder Overhead Crane and emailed to the POC listed below or via f acsimile (928) 328-6849 no later than 17 March 2008 12:00 PM Noon Mountain Standard Time (MST). Offerors who fail to furnish the required representations or information as required by FARs 52. 212-1, 52.212-3, and 52.212-7001 cited below, or reject terms a nd conditions of this CSS may be excluded from consideration. Pursuant to FAR 52.212-2 Evaluation Commercial Items (Jan 1999), the Government intends to award a contract to the responsible bidder whose quote conforming to the solicitation will be the most advantageous to the Government based on technical acceptability and price and the Government reserves the right to award to other than the lowest offeror. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition : FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), FAR 52.211-6 Brand Name or Equal (Aug 1999), FAR 52.212-1, Instructions to Offerors Commercial Items (Nov 2007), FAR 52. 212-4 Contract Terms and Conditions Commercial Items ( Nov 2007), FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (Dec 2007). Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are, FAR 52.219-4 Notice of Price Evaluatio n Preference for HUBZone Small Business Concerns (Jul 205), FAR 52.219-8 Utilization of Small Business Concerns (May 2004), FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003), FAR 52.219-14 Limitations on Subcontracting (Dec 1996), FAR 52.22 2-3 Convict Labor (Jun 2003), FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Aug 2007), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Mar 2007), FAR 52.222-35 Equal Opportunity for S pecial Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52. 222-36, Affirmative Action for Workers with Disabilities (June 1998), FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or F ees (Dec 2004), FAR 52.222-50 Combating Trafficking in Persons (Aug 2007), FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products (Aug 2000), FAR 52.225-1 Buy American Act Supplies (June 2003), FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), FAR 52-232-34, Payment by Electronic Funds Transfer other than Central Contractor Registration (May 1999), 52.232-36, Payment by Third Party (May 1999). DFAR 252.225-7001 Buy Americ an Act and Balance of Payments Program. DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2007), DFAR 252.247-7023 Transportation of Supplies by Sea (May 2002). After reviewing the solicitation if you plan on participating in this acquisit ion you are required to provide your name, address, phone number, and e-mail address via e-mail or facsimile to the address provided herein for notification of amendments. Pursuant to FAR Part 12.205 (c) the time period exception for receipt of proposals for consideration is 15 days instead of 45 days.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01522503-W 20080305/080303224132 (fbodaily.com)
 
Source
FedBizOpps 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.