Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOLICITATION NOTICE

39 -- 30 Ton Crane

Notice Date
5/22/2008
 
Notice Type
Modification/Amendment
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, Blue Grass Army Depot Procurement Office, Blue Grass Army Depot, ATTN: SMABG-IOO-P, Building S-14, 2091 Kingston Highway, Richmond, KY 40475-5115
 
ZIP Code
40475-5115
 
Solicitation Number
W22G1F80797005
 
Response Due
6/5/2008
 
Point of Contact
Samantha Coburn, 859-779-6871
 
Small Business Set-Aside
Total Small Business
 
Description
The Blue Grass Army Depot in Richmond, Kentucky intends to award a purchase order under Simplified Acquisition Procedures (SAP) for a 30 Ton Mobile Crane. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-24 and Defense Acquisition Circular 20080331. This solicitation is set-aside for small business. The North American Industry Classification System Code (NAICS) is 423830, size standard 100 employees. The contractor shall provide the following: 30 Ton Crane (1 each) Specifications: *6 Cylinder, 4 cycle Turbo engine, 152 rated HP min w/engine protection system *Automata tic Power shift Gear-Type transmission w/ Torque Converter Clutch and 6 forward/2 reverse gears *All wheel drive with traction-type tires *Fully-enclosed cab with air conditioner, seat, heat and defrost, windshield wipers, tinted glass *Heavy-Duty drive axles with disc brakes *Backup Alarm *Hydraulic oil and axle oil coolers *Bi-directional hydraulic swing motor mounted to a planetary reducer for 360 degree continuous swing at 2.8 rpm *Swing park brake: 360 degree mechanical disc brake mounted on the speed reducer, mechanically controlled from the operators cab *Swing brake: 360 degree foot operated, hydraulic applied disc brake mounted to the speed reducer *Swing lock: Two-position swing lock (boom over front or rear) operated from the operators cab *Steering and Axles: Three independent modes consisting of conventional two wheel, four wheel and crab. Drive mode with two wheel/ four wheel drive selector *Outrigger system *Mechanical boom angle indicator *Automotive Anti-Tipping Cut-Off System *Joystick controls for boom, telescoping, drum rotation and winch speeds *30 Ton Capacity *75 Gallon fuel tank minimum *29 91 Full Power four-section boom with two extend modes: max and fully synchronized *Maximum grade ability: 73% *Speed: 25 MPH minimum *Operator settable alarms (audible and visual): Maximum and minimum boom angles, maximum tip height, maximum boom length, swing left/right and operator defined area (imaginary plane) *Boom floodlight *Amber strobe warning beacons *Front and rear work lights *Electromagnet attachment with generator *Operators, Parts/Service Manual *Operators, Parts/Service manual on CD (if available) *12 month warranty *Installation/ Set-up to Blue Grass Army Depot, Richmond, KY. The following provisions and clauses can be viewed through internet access at the FAR site www.arnet.gov/far. In accordance with FAR 52.252-1 Solicitation Provisions Incorporated by Reference and FAR 52.252-2 Clauses Incorporated by Reference, the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-2, Evaluation, Commercial Items. Award will be made to the offeror whose quote represents the best value to the Government. Alternative quotes are encouraged. If past performance is an evaluation actor, the offeror must provide, along with their quote, information regarding past performance. Offerors must submit company addresses, telephone numbers, name of contacts, contract numbers and any other pertinent information to document past performance required by the Government. As of 1 January, Offerors are required to complete online representations and certifications at http://orca.gov which are identical to what is required in FAR 52.212-3, Representations and Certifications Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items; it is tailored as follows: subparagraph c is changed to read: Changes. Changes in the terms ad conditions of this contract may be made only by written agreement of the parties with the exceptions of administrative changes such as changes in paying office, appropriation data, etc., which may be changed unilaterally by the Government. FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders- Commercial terms (Deviation); FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.211-6, Brand Name or Equal; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-21, Prohibition of Segregated Facilities; FAR52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action with Disabilities, F.O.B. Destination. In accordance with DFARS 252.204-7004, Required Central Contractor Registration, prior to receiving any contract award, contractors must be registered in the Central Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the internet at http://ccr.gov. DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7036, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payment Program; DFARS 252.227-7015, Technical Data Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings in Technical Data; DFARS 252.243-7002, Request for Equitable Adjustment. Quotes should reference RFQ No W22G1F80797005. The POC for this acquisition is Samantha Coburn 859-779-6871, Fax 859-779-6860, samantha.coburn@us.army.mil. Quotes may be mailed to Blue Grass Army Depot, Contracting Bldg S-14, Attn: Samantha Coburn, 431 Battlefield Memorial Hwy, Richmond, KY 40475-5111. Oral quotes will not be accepted. Responses to this RFQ must be received via fax, e-mail, or mail no later than 1:00 pm EST, 5 June 2008
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=480d9e35069b24c4947fd79a75aed8fc&tab=core&_cview=1)
 
Place of Performance
Address: Blue Grass Army Depot ATTN: SMABG-IOO-P, Building S-14, 2091 Kingston Highway Richmond KY
Zip Code: 40475-5115
 
Record
SN01578946-W 20080524/080522215823-480d9e35069b24c4947fd79a75aed8fc (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.