Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2009 FBO #2634
SOLICITATION NOTICE

59 -- FURNISH, DELIVER, AND INSTALL CRANE LOAD MOMENT INDICATOR SYSTEM

Notice Date
2/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, Vicksburg District, US Army Corps of Engineers, Vicksburg District, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-09-T-0008
 
Response Due
9/24/2009
 
Archive Date
11/23/2009
 
Point of Contact
Demetric Erwin, 601-631-5951<br />
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation Number W912EE-09-T-0008 is being issued as a request for quotation (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-29. THIS PROCUREMENT IS 100% SMALL BUSINESS SET-ASIDE AND ISSUED UNDER NAICS CODE 423690 (SIC 5065) WITH A SIZE STANDARD OF 100 EMPLOYEES FOR A FIRM FIXED PRICE CONTRACT. This procurement may be quoted as follows: Line Item 0001 Supplies/Services: Furnish, Deliver, and Install a Crane Load Moment Indicator System. Quantity: 1 Unit: Lump Sum, Unit Price $ ___________; Total amount for Line Item 0001 $____________. The U. S. Army Corps of Engineers, Vicksburg District has a requirement to furnish, deliver, and install a crane load moment indicator system. SCOPE. The contractor shall provide all plant, labor, equipment, materials, and supplies to furnish, deliver, and install a microprocessor digital load moment indicator (LMI) system to be used on a Link Belt LS-818 barge mounted tracked lattice boom crane. The system shall be provided with all components, sensors, tensiometers, and in cab displays required to provide monitoring of load on the hook for both the main hoist line and auxiliary hoist lines, current load and capacity, operating radius, boom angle, boom length, boom tip height, alert or alarm conditions to include two block condition, system status, and list and trim of crane and barge. The contractor shall provide an on site technical representative to lead the installation and calibration and shall be present during load testing of the crane and verification of system performance. Installation shall be performed at USACE Central Maintenance Facility in Colfax, La. SYSTEM REQUIREMENTS. The LMI system to be furnished shall be similar and equal to Markload DX Series and shall include backlit multi-function in cab display, boom configuration and line part selection function, visual and audible alarm system shall be provided with on screen text display of alarm condition. The system shall be provided with two running line tensiometers, boom angle sensor, anti-two block signal input capability or sensor, and barge/crane list and trim sensor and indication. The system shall have integral dual line monitoring and anti-two block indication with shut down. All system components including cabling, connectors, and enclosures shall be designed and constructed for use in harsh environmental conditions. The display and microprocessor shall be housed in a single stainless steel enclosure. The system shall be programmed using the crane load charts and/or barge stability ratings as applicable. The system shall continually update crane capacity through incorporation of barge/crane list and trim input data and boom angle input data. The system shall be provided with a remote display assembly with 100 feet of cabling and capability for recording of lifts with PC interface. The system shall be configured for 24 VDC input voltage. CRANE DATA. The crane for which the system is to be installed is provided for information purposes. Link Belt Model LS-818, serial number 3214-0111D, lattice boom barge mounted tracked crane with 3 foot pedestal extension, 140 boom length, one 4-part main hoist line and one single auxiliary hoist line to be monitored, 1-1/4 line size for both main and auxiliary lines, air conditioned cab, heavy duty boom, AB counterweights, operated 100% of time on inland waterways of central Louisiana. Crane load charts will be provided upon contract award. FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. The Clause 52.212-4, Contract Terms and Conditions, applies to this acquisition. The following FAR clause in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, will apply: 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644).; 52.219-28, Post Award Small Business Program Rerepresentation (JUNE 2007) (15 U.S.C. 632 (a)(2)).; 52.222-3, Convict Labor ( JUNE 2003) (E.O. 11755).; 52.222-19, Child LaborCooperation with Authorities and Remedies (FEB 2009) (E.O. 13126).; 52.222-21, Prohibition of Segregated Facilities (FEB 1999).; 52.222-26, Equal Opportunity (MAR 2007 (E.O.11246); 52.222-39, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793)l 52.222-50, Combating Trafficking in Persons (AUG 2007) (Applies to all contracts); 52.225-1, Buy American ActSupplies (JUNE 2003) (41 U.S.C. 10a-10d) and 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (OCT 2003) (31 U.S.C. 3332). The full text of a FAR clause may be assessed electronically at http://farsite.hill.af.mil/VFFAR1.HTM. If you are not registered in the CCR, an award CANNOT be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process acquisition. Quotes are due 24 Feb 09 not later than 4:30 p.m. (CST) at the Vicksburg Contracting Office, ATTN: Demetric T. Erwin, 4155 Clay Street, Vicksburg, Mississippi 39183-3435, at (601)631-5951 or e-mail at Demetric.Erwin@usace.army.mil. Offerors should check the FedBizOpps Web Page often for new solicitations and/or changes (AMENDMENTS) to existing ones. All technical inquiries and questions relating to W912EE-09-T-0008 are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click continue. From this page you may view all bidder inquiries or add inquiry. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-09-T-0008 The Bidder Inquiry Key is: 432615-CSSQ8X Bidders are encouraged to submit questions at least 5 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. For Help with the ProjNet System; the call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=131df535f041b4179999857cdd2b0b5f&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Vicksburg District ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS<br />
Zip Code: 39183-3435<br />
 
Record
SN01746732-W 20090211/090209215810-131df535f041b4179999857cdd2b0b5f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.