Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
SOLICITATION NOTICE

99 -- 40 Ton Overhead Crane

Notice Date
8/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Yuma Proving Ground, 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-1067
 
Response Due
8/28/2008
 
Archive Date
10/27/2008
 
Point of Contact
Steve Tirone, 928-328-6287<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: W9124R-08-T-1067 Questions: Close of business 21 August 2008 Response Date: Close of Business on 28 August 2008 This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition 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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The United States Army Yuma Proving Ground (USAYPG) has a requirement for the purchase of one packaged 40 ton top running double girder overhead crane with an approximate span of 62 feet 0 inches. The crane must meet the following specifications: Design Criteria: 1.Capacity: 40 Ton Class D Heavy Duty 2.Span: 62 0 3.Girders: Two (2), 48 box and bolted 4.Runway Type: Top Running, Haunch Mounted 5.Runway Length: 100 0 approximate Electrification: 1.Power Requirement: 480/3/60 2.The electrical system shall be installed in compliance with the rules and recommendations of the National Electrical Safety Code, NFPA 70, National Electric Code (NEC), whichever is more stringent. All grounding, bonding, shielding and associated components shall comply with article 250 of the NEC, NFPA 70 latest revision. Technical Manual TM5-690 Grounding and Bonding in Command, Control Communications, Computer, Intelligence, Surveilance, and Reconnaissance Facilities (C41SR) is available from the Headquarters, Department of the Army, dated 15 February 2002 3.Electrical service shall be obtained from existing power supply located near the building. Power for the crane shall be taken from the panel. 4.Conductors shall be THHN type, rated 600 volts. No aluminum conductors are to be used. 5.Wire sizing: NEC table 310-16 shall be utilized for correct sizing of conductors. 6.Overhead/exposed conduit shall be Electrical Metalic Tubing. It shall be installed within the guidelines of Article 348 of the NEC. All boxes and fittings used shall be in accordance with Article 370 of the NEC 7.The seismic load shall be in accordance with the International Building Code for the Yuma area. 8.The wind load shall be 100 miles per hour. Hoist: 1.Type: Wire Rope 2.Lift: 22 true vertical lift H-3 Rated 15 min/hr 3.Speed: 8 per minute Trolley: 1.Power: Motorized 2.Speed: 0-65 per minute 3.Profile: Top Running Bridge End Trucks: 1.Power: Twin Motorized 2.Speed 0-80 per minute 3.Electrification: Festooned in Tracks Operator Control: 1.Independent traveling pendent type control which will allow the hoist to move simultaneously between the lift, trolley, and bridge so as to provide diagonal movement while lifting and allowing the operator to move with the load. 2.Compact, light weight, durable, and ergonomically designed to allow for single hand operation. 3.Two (2) steel cables inside pendant cord for permanent strain relief Additional Criteria: 1.The crane system shall meet the Crane Manufacturers Association of America (CMAA), American Institute of Steel Construction (AISC) specifications, and all Occupational Safety and Health Administration guidelines to include, bumpers, emergency main line disconnect, and capacity signage. 2.The crane will be operated in a desert environment where summer temperatures average 105 degrees and a high of 115 degrees is not uncommon. 3.Load test and certification 4.Mechanical drawings/blueprints 5.Maintenance/preventive maintenance schedule/operators manuals 6.Warranty 7.Training The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 (12 June 2008) and Defense Federal Acquisition Regulation Supplement (DFARs) current to DCN 20080721 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. Shipping will be FOB destination. The North American Industry Classification System (NAICS) is 333923 with a size standard of 500 employees. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (June 2008) with Alternate I (Apr 2002) and DFAR 252.212- 7000 Offeror Representations and Certification Commercial Items (Jun 2005) apply to this acquisition. All prospective offerers must be in possession of, or obtain a Data Universal Numbering System (DUNS) number, a Commercial and Government Entity (CAGE) Code, be registered with the Central Contractor Registration (CCR) database at http://www.ccr.gov/Default.aspx, and the Online Representations and Certifications Application database at https://orca.bpn.gov. Call 1-888-227-2423 for more information or visit the CCR website listed above. In order to manually 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 information prior to submission. An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the ORCA Website. All quotations shall include transportation costs to U.S. Army Yuma Proving Ground, Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. A site visit is not scheduled for this acquisition because the building for this requirement has not completed construction. The anticipated installation date is no later than 30 April 2009. Questions resulting from this announcement shall be emailed to the POC listed below or via facsimile (928) 328-6849 and are due no later than close of business on 21 August 2008. Quotes shall be clearly marked W9124R-08-T-1067, 40 Ton Crane and emailed to the POC listed below or via facsimile (928) 328-6849 no later than close of business on 28 August 2008. 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 and 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. 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 52.212-1, Instructions to Offerors Commercial Items (Jun 2008), FAR 52. 212-4 Contract Terms and Conditions Commercial Items (Feb 2007), FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (Jun 2008). Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are, FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005), FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003), FAR 52.219-8 Utilization of Small Business Concerns (May 2004), FAR 52.219-14 Limitations on Subcontracting (Dec 1996), FAR 52.219-28 Post-Award Small Business Program Rerepresentation (June 2007), FAR 52.222-3 Convict Labor (Jun 2003), FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Feb 2008), 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52. 222-36, Affirmative Action for Workers with Disabilities (Jun 1998), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-50 Combating Trafficking in Persons (Aug 2007), FAR DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 2008), DFAR 252.225-7001 Buy American Act and Balance of Payments Program (June 2005). After reviewing the solicitation if you plan on participating in this acquisition 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 25 days instead of 45 days.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4ad0f8728f0195ea596e6067a21f5a48&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ<br />
Zip Code: 85365-9106<br />
 
Record
SN01638767-W 20080815/080813222121-4ad0f8728f0195ea596e6067a21f5a48 (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.