Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
SOURCES SOUGHT

39 -- Provide Two(2)25 Ton Rail-Mounted Portal Cranes at Puget Sound Naval Shipyard in Bremerton, Washington.

Notice Date
2/22/2012
 
Notice Type
Sources Sought
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
N62470 NAVFAC ATLANTIC NAVY CRANE CENTER Norfolk Naval Shipyard Bldg 491 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N6247012R3006
 
Response Due
3/22/2012
 
Archive Date
4/19/2012
 
Point of Contact
Sharan Lind-Shields, 757.967.3819
 
Small Business Set-Aside
N/A
 
Description
The Navy Crane Center, Portsmouth, Virginia is seeking sources with current relevant qualifications, experience, personnel and capability that can provide waterfront crane equipment for the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, USA. Responsibilities include, but are not limited to the following: provide two commercial, rail-mounted portal cranes. Crane capacity shall be not less than 35 tons between 40 and 80 feet radius (from center of rotation) and not less than 25 tons between 81and 120 feet radius. The cranes must be equipped with an OSHA and EPA compliant onboard diesel engine-power system, jib boom, slewing upper-works, main hoist, luffing and travel drives. The cranes shall be capable of simultaneous hoist, slew (360o) and luffing with rated load at rated speed. The cranes shall be capable of simultaneous travel around a radiused curve and slewing with rated load at rated speed. The cranes must meet or exceed all applicable OSHA, EPA, ASME B30.4, and NFPA NEC requirements. The crane shall have minimum ISO 4301 group classifications of A5 for the crane as a whole and M5 for hoist, luff, slew and travel. Electrical systems (if used) shall be 480 VAC 60 Hz for power, 120VAC 60 Hz for controls and/or 24 VDC for low voltage systems. All electrical cabinets shall be provided with œtouch safe  components meeting IP20 standards. Basic dimensions are as follows: Minimum Height of the Operators Cab60 ™ Gantry Track Gauge (Center to Center)(existing)20'-0" Gantry Rail Size (existing)135 lb (majority) and 132 lb Clearance under Portal22' Base (minimum) Clearance between Portal14'-6" Base Legs (minimum) Maximum Portal Base Width1 ™-10  outside rail Tail Swing (maximum)30' Clearance under Travel Truck above Top of Rail both Inboard3" and Outboard (minimum) Maximum Allowable Wheel Load80 kips per wheel Closest Wheel Spacing4 ™ Performance requirements of the cranes shall be as follows (at rated load): Hoist High Speeds @ rated load:50 feet/minute (or more) Hoist High Speeds @ no load:100 feet/minute (or more) Hoisting/Lowering Slow Speed1 foot/min (or less) Slewing Speed0.75 ±10% RPM Maximum Luffing Speed1.5 Minutes (or less) (time from max to min radius) Travel High Speed 200 feet/minute (or more) Travel Slow Speed1 feet/minute (or less) Maximum Operating Wind40 mph High Wind (not operating and not secured)80 mph Storm Wind (secured)110 mph The North American Industry Classification System (NAICS) Code for this requirement is 333924, Cranes, Industrial Truck, Manufacturing. Performance will be shore-based. Interested firms are encouraged to respond by providing in your own format: 1) name and address of firm 2) name, telephone, fax number of point of contact and position in the organization 3) date firm started (Size of company, type of company (i.e., 8(a), Woman Owned Small Business (WOSB), Small Business (SB), all others), number of employees, revenue for the past 3 years, 4) relevant past performance on same/similar fabrications dating back 5 years 5) your firm ™s capability to perform the type of work required and 6) the manufacturing location Respondents shall provide information related to contracts where the respondent was materially/physically involved at a comparable level of effort. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Please ensure responses do not exceed 5 pages. Since this is a Sources Sought Announcement, no evaluation letters will be issued to the participants. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded from this announcement. There will not be a solicitation, specifications, or drawings available at this time. It is anticipated that a formal solicitation will be announced at a later date. No reimbursement will be made for any costs associated with providing information in response to this announcement. This information should be sent to Navy Crane Center, Naval Facilities Engineering Command, Building 491, Portsmouth, Virginia 23709-5000, by 2:00 P.M, 22 March 2012, Attn: Sharan Lind-Shields or by e-mail at sharan.lind-shields@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N3258B/N6247012R3006/listing.html)
 
Record
SN02680866-W 20120224/120222235428-c6ce10f6491735f7dbd873f8117bed4b (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.