Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
AWARD

38 -- RECOVERY--38--40 Ton Carrier Mounted Hydraulic Crane

Notice Date
6/25/2009
 
Notice Type
Award Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New York, US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-09-T-0029
 
Response Due
5/29/2009
 
Archive Date
9/7/2009
 
Point of Contact
RENEE GEORGE, Phone: 9177908177
 
E-Mail Address
RENEE.GEORGE@USACE.ARMY.MIL
(RENEE.GEORGE@USACE.ARMY.MIL)
 
Small Business Set-Aside
Total Small Business
 
Award Number
W912DS-09-P-0028
 
Award Date
6/25/2009
 
Awardee
Empire Crane Company, LLC, 7021 Performance Dr.<br />, North Syracuse, New York 13212, United States
 
Award Amount
$414,250.00
 
Line Number
CLIN 0001
 
Description
The New York District U.S. Army Corps of Engineers proposes to issue a Request for Quote (RFQ) award of a firm-fixed contract for an 40 Ton Carrier Mounted Hydraulic Crane, meeting the following specifications and to include the following standard items, accessories and attachments. General Requirements: a. 40 Ton rated lifting capacity b. Minimum extended boom length = 90 feet. c. Maximum Overall Height in low position = 11 feet d. Maximum Gross Vehicle Weight = 60,000 lbs. e. Maximum Overall Length = 35 feet f. Engine Rated Horsepower = 300 Hp (minimum) g. Removable counterweights with heavy counterweight package h. Work lights and rotating amber warning lights i. Crane shall be equipped with 5/8 inch Rotation Resistant wire on the main winch and the auxiliary winch. Upper Structure Crane Requirements: a. Two speed main hoisting winch b. 40 Ton, 4 sheave, hook block with hook latch c. Auxiliary winch d. Rated Capacity Indicator with visual and audible warning system and automatic function disconnects with Operator settable alarms for swing angle, boom length, boom angle, tip height and work exclusion areas. e. Anti-two block system with audio and visual warning system and automatic function disconnects. f. Quick reeving removable auxiliary boom head g. Top swivel ball with hook and hook latch (Note: allowable weight range 7 - 7.5 tons) h. Removable front windshield i. Joystick operator controls j. Tinted safety glass throughout k. Hydraulically powered A/C, diesel or LP heater/defroster l. Tachometer Carrier Requirements: a. Multi- position (Extended, Mid-position and Retracted) independent hydraulic outriggers b. Ground level outrigger controls c. Maximum outrigger fully extended spread = 20 feet d. 6 X 4 wheel drive with 6-speed automatic transmission e. Full air brakes on all wheels f. Inter-axle differential lock g. Heater, Defroster, A/C for carrier cab h. Aluminum RH & LH tool boxes i. Spare tire with wheel j. Cold weather starting package (engine block heater, extra battery) Attachments: The crane shall be furnished with a 0.75 cubic yard capacity mechanical clamshell bucket, compatible single barrel boom mounted tag line and reel, and all components and operator controls necessary to allow full operation of the bucket. Delivery Requirements: The Crane shall be delivered to the US Army Corps of Engineers, Albany Field Office, 1 Bond Street, Troy, N.Y. 12180. Points of Contact at the Albany Field Office are Mr. Timothy Rafter or Mr. William Petronis, Telephone - 518-273-0870. Time allowed for Delivery: Delivery shall be made within 150 days following the date of award of the contract. Equipment Set-up: Upon delivery to the USACE Albany Field Office, the crane will be visually inspected for any defects. Following inspection, the Contractor shall prepare the crane for operation and perform an operational performance test to insure all crane components (to include the LMI computer, anti-two block warning system, etc.) operate properly. Operator Orientation: Upon completion of performance testing, the Contractor shall provide on-site operator orientation and training on the features of the crane, including operation of any attachments. Manuals: Upon delivery of the crane, the contractor shall furnish two copies of the crane's Operation Manual and one copy each of the crane's Service and Parts Manuals. Warranty: The crane shall include a complete one year parts and labor warranty for all crane components. In addition, the crane shall include a five year warranty for all major structural components of the crane. The warranty shall cover all costs associated with repairs to the crane performed either at the Albany Field Office location or an offsite repair facility (including transport) for any required repairs other than normal preventative maintenance or repairs necessitated due to the improper action of the operator. If warranty repairs necessitate the crane to be out of service for more than 14 days, the warranty shall also provide that the Contractor furnish for use a replacement crane of equal capability for the period of time the warranty repairs are being performed. All costs associated with furnishing the replacement crane including delivery and retrieval following the period of use shall be covered under the warranty provisions. This project is being solicited as Small-Business Set-Aside procurement. The applicable NAICS code is 333923 with a size standard of $500. The media selected for the issuance of solicitations and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project is the Internet. Paper copies of this solicitation, and amendments, if any, will not be available or issued. Interested parties may download and print the solicitation, at no charge at http://www.fbo.gov. Project Scope of Work are portable document files (PDF) and can be viewed, navigated, or printed using Adobe Acrobat Reader. Minimum system requirements are Pentium-based personal computer, Microsoft Windows 95 or greater, and 32 MB application RAM. A registration page is attached to the web site, and prospective bidders are required to register to receive notice of any amendments that may be issued to the solicitation. Utilization of the internet is the preferred method. Registration Requirements: DFARS 252.204-7004 required Central Contractor Registration (CCR) applies to this procurement. Prospective contractors must be registered in the Department of Defense CCR database prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration and annual confirmation requirement may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Specifications for solicitation document W912DS-09-T-0029 will be available on or about 18 May 2009. The Request for Quotes will be due on 29 May 2009 at 2:00 P.M (Eastern Standard Time). Faxed quotes will be accepted at Fax: 212-264-3013. The Contract Specialist for this procurement is Renee George, Phone: 917-790-8177, or via email renee.george@usace.army.mil. The Technical Manager is William Petronis at 518-273-0870.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-09-T-0029/listing.html)
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY<br />
Zip Code: 10278-0090<br />
 
Record
SN01856599-W 20090627/090625235704-c34e5dd837de0feaf87d1d1a253806a5 (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.