Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
MODIFICATION

39 -- Free Standing Overhead Bridge Crane System

Notice Date
9/9/2011
 
Notice Type
Modification/Amendment
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4A3301213A002BRIDGECRANESYS
 
Archive Date
9/30/2011
 
Point of Contact
Trevia M. Maynard, Phone: 8502834135, Donald C Sumner, Phone: 850-283-8637
 
E-Mail Address
trevia.maynard@tyndall.af.mil, donald.sumner@tyndall.af.mil
(trevia.maynard@tyndall.af.mil, donald.sumner@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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 solicitation reference number is F4A3301213A002; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Fac 2005-53 and Defense DPN 20110725. This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 333923. The business size standard is 500 employees. This request for quotation consists of the following item or equal. If submitting an or equal product, please supply manufacturer name and part number, and specifications if available. If equal, vendor must provide information with quote proving the equality of the items. Technical acceptability of or equal products shall be determined by the government. All quotes must reflect FOB Destination. IAW provision 52.212-2 Evaluation - Commercial Items, the following methods of evaluation will be used in order of importance: technical capability of the item offered to meet the Government requirement and price. Line Items to include: ITEM 0001: 10-Ton Capacity - Free Standing Crane System (equal or like item). 10-Ton Top-Running Single Girder Crane. Minimum CMAA Crane Class C Service for handling aircraft engines. Crane to operate outdoors but under a covered structure. Crane Span of 26'6". 22' 0" from the bottom of the bridge to the floor. Structure steel shape wide flange girder. End trucks: 6'3" Wheelbase, 7'6" overall length, 6'5" Diameter Wheels. Crane Travel Speed: 120 FPM - Variable Frequency Drive, 2 motors 1 HP each with DC Disc Brakes, TEFC 60 Minute Bridge Motor. 2 5-Ton Electric Wire Rope Hoists. Model Number EM2063L6-181-41.060.E or equal. 20' lift required. 4-part single reeving 8mm Rope Diameter. Hoist Lifting Speed 16/2.6 FPM - Two Speed. 7.2/1.2 HP TEFC hoist motor, 60 minute motor. Low headroom, motorized trolley type. 4, 4.5" diameter wheels. Trolley travel speed 65 FPM variable frequency drive. 1 trolley motor.60 HP Each with DC disk brakes TEFC 60 minute trolley motor. Hoist features: life-time lubricated, totally enclosed gear trains, heavy-duty wear resistant rope guide, two upper one lower geared limit switch, DC rectified brakes, quick disconnect plugs, overload limit switch. Controls: NEMA 12 control enclosures, mainline contractor, 2-speed hoist control, variable frequency trolley control, variable frequency crane controls. Electrification: Heavy-duty flat cable festooned electrification, festooned the entire length of the bridge. Operation: Radio controlled with hand held transmitter, simultaneous and individual hoist control. Power supply: 230 volt - 3 phase - 60 hertz, 110 volt control voltage. Warning horn and rotating warning light. Top running crane should be safety yellow. Hoist and trolley assembly should be blue. Free standing NOMAD or equal Runway System x 84' long. 10 columns assemblies on 20 ft. support centers, 5 headers, 4 lateral braces, 168 lineal feet runway beam with square bar rail and all necessary hardware, runway system should be painted safety yellow. Runway electrification: 4-Conductor Saf-Lec-2 Runway electrification, 3 power bars (orange) and 1 ground bar (green), brackets welded on runway beams; conductor bar installed in the field. ITEM 0002: Labor for installation. Including freight to Tyndall AFB, FL, receiving and unloading, installation of free-standing steel structure including columns, headers, lateral bracing, runway beams, and square bar rail, installation on runway electrification, installation of 1 10-ton top-running crane assembly, installation of 2 5-ton electric wire rope hoists/trolley assemblies, complete wiring and testing, load testing 10-ton crane system, operation and maintenance manuals. There will be a site visit conducted 7 September 2011, at 9:00am CST. If you are interested in attending please contact A1C Trevia Maynard, Contracting Specialist, (850) 283-8613, trevia.maynard@tyndall.af.mil. Additional notes: contractors are asked to submit their tax identification number and estimated delivery timeframe with their proposal. FOB Destination must be reflected in the quote. Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. This is an end-of-year-unfunded requirement subject to the availability of funds. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.203-3 Gratuities. FAR 52.204-7 Central Contractor Registration. FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: technical capability of the item offered to meet the Government requirement and price. FAR 52.212-3 Alt 1 Offeror Representations & Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Dev). FAR 52.204-7 Central Contractor Registration. FAR 52.219-1 Alt 1 Small Business Program Representations. FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.219-28 Post Award Small Business Program Representation. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.247-34 FOB Destination. FAR 52.252-1 Solicitation Provisions Incorporated By Reference. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://farsite.hill.af.mil. FAR 52.252-6 Authorized Deviations in Clauses, with the following filled-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7004 Alt A, Required Central Contractor Registration. DFARS 252.211-7003 Item Identification and Valuation. DFARS 252.212-7000 Offeror representation and certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions (Dev). DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Sumission of Payment Request; requests for payments must be submitted electronically through the Wide Area Work Flow system at https://wawf.eb.mil. DFARS 252.232-7010 Levies on Contract Payment. DFARS 252.247-7023 Alt III. AFFARS 5352.201-9101 Ombudsman Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Quotes may be transmitted by e-mail or to fax number (850) 283-3963. Quotes must be received at the 325th Contracting Squadron, LGCA flight, no later than 2:00 p.m. CST on 15 September 2011. The point of contact for this solicitation is A1C Trevia Maynard, Contracting Specialist, (850) 283-8613, trevia.maynard@tyndall.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4A3301213A002BRIDGECRANESYS/listing.html)
 
Place of Performance
Address: Tyndall Air Force Base, Florida, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02570635-W 20110911/110910001056-7b9de3a9fa609c6a6b84142ce5cf29a9 (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.