Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2013 FBO #4101
DOCUMENT

39 -- Four 25 Ton Portal Cranes at Puget Sound Naval Shipyard, Bremerton, WA - Attachment

Notice Date
2/13/2013
 
Notice Type
Attachment
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
N62470 NAVFAC Atlantic, Navy Crane Center Norfolk Naval Shipyard Bldg 491 Portsmouth, VA
 
Solicitation Number
N6247013R4008
 
Response Due
2/27/2013
 
Archive Date
3/14/2013
 
Point of Contact
Barbara Spruill (757) 967-3819,
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR EITHER A QUOTE OR PROPOSAL, OR AN INVITATION FOR BID. THE INTENT OF THIS SOURCES SOUGHT IS TO IDENTIFY POTENTIAL OFFERORS TO PROVIDE 25 TON PORTAL CRANES AT PUGET SOUND NAVAL SHIPYARD, BREMERTON, WASHINGTON. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE CURRENTLY AVAILABLE. The solicitation number will be N62470-13-R-4008. The purpose of this notice is to gain knowledge of qualified and interested parties in any of the following categories: large business, small business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, woman owned small business (WOSB), veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB). Potential sources should have 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. The type of solicitation to be issued will depend upon responses to this sources sought notice. The Government will use the sources sought responses along with other market research to make various determinations regarding the procurement of the four 25 Ton Portal Cranes at Puget Sound Naval Shipyard, Bremerton, WA. Any resulting contract will be a single award and will incorporate Firm Fixed Price (FFP) provisions. The anticipated award date is August 2013. The contract will include, but are not limited to the following: to provide a minimum of two commercial, rail-mounted portal cranes, and a maximum of four. 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 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, 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. Individual cranes may be ordered on a phased schedule based on funds availability between Fiscal Year 2013 and Fiscal Year 2016. The primary NAICS code for this procurement is 333923 with a size standard of 500 employees. Respondents will not be notified of the results of the evaluation. However, the information provided will be used for technical and acquisition planning. All proprietary information not to be disseminated in Government documents must be clearly identified. Responses to the questions provided herein must be submitted in electronic form (Microsoft Word or Adobe PDF format) and should be attached to an email addressed to barbara.t.spruill@navy.mil. Responses are limited to 5 pages in length and SHOULD ONLY INCLUDE THE INFORMATION REQUESTED IN THE ATTACHED QUESTIONNAIRE. Do not submit brochures or other corporate marketing information. The due date for responses is 2:00 PM EST, FEBRUARY 27, 2013. Please identify in the subject line of your response 25 TON PORTAL CRANES SOURCES SOUGHT . Any questions may be submitted via email to: barbara.t.spruill@navy.mil. Alternate point of contact is Laura Hohbach, email: laura.hohbach@navy.mil. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. THERE IS NO BID PACKAGE OR SOLICITATION SPECIFICATION OR DRAWINGS AVAILABLE AT THIS TIME. IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENTS FOR PRESENTATIONS WILL BE MADE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N3258B/N6247013R4008/listing.html)
 
Document(s)
Attachment
 
File Name: N6247013R4008_Sources_Sought_Questionnaire.docx (https://www.neco.navy.mil/synopsis_file/N6247013R4008_Sources_Sought_Questionnaire.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247013R4008_Sources_Sought_Questionnaire.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02987068-W 20130215/130213234613-3e4c58801a94731be048f81d08aab541 (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.