Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 27,1998 PSA#2145

440th Airlift Wing/General Mitchell International Airport, 300 E. College Avenue, Milwaukee, WI 53207-6299

49 -- PORTABLE VEHICLE COMUMN LIFT SOL F47606-98-T0200 DUE 082598 POC Mark L LaCroix, 414-482-5270 This is a combination synopsis/solicitation for commercial items prepaired in accordance with the format in Subpart 12.6, as supplemented with information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation WILL NOT BE issued. This solicitation, (F47606-98-T0200), is issued as a Request for Quotation. The solicitation socument and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-37. Thw solicitatin is unrestricted. The Standard Industrial Code (SIC) classification is 3536, the size standard is 500 employees. The line number is as follows: CLIN 0001: unit of issue: Each, quantity: 1, description: Portable Vehicle Column Lift, SOL F47606-98-T0200, Due 25 Aug 98, POC Mark L LaCroix (414) 482-5270. Portable Vehicle Column Lift, at the 440th Airlift Wing, General Mitchell International Airport, Milwuakee, WI 53207-6299. This solicitation consists of providing all labor, tools, equipment, and transportation necessary to provide the following: Portable Lift System for Highway Vehicles I. Scope 1.1 Provide a portable, wheel cradle type, lift system to elevate highway vehicles (buses, trucks, etc.) for inspection, cleaning and maintenance. 1.2 The hoist system shall consist of mobile electro-hydraulic hoist, controls, power distribution and electrical connectors. 2. Requirements 2.1 Design: Provide the lift system to requirements defined in this Specification and meeting all pertinent standards and codes. 2.1.1 Supply equipment, bearing the CSA approval label, or Electrical Standard Approval. 2.1.2 Equipment must be certified to operate within the load specified and within the regualtions of State and Federal Codes. 2.1.3 Power requirements; Voltage will be 230 volt, 3 phase, 60 hertz, 2 HP (1.5 kw) per column. 2.1.4 Each hoist shall have a minimum capacity of 7,000 kg (15000 lbs) with 14000kg (30000 lbs) per pair under one axle. 2.1.5 Provide columns with a minimum lifting height of 1.6m (63"). 2.1.6 Provide columns witha minimum raise/lower speed of 1m/min. (40" min) 2.1.7 Provide lifting forks sized to accept standard tires sized to 8.25/20 to 12.00/22.5 inclusive, max. 22.5" between forks. 2.1.8 Design and manufacture lifting forks such that they will accept adapters for the lifting of smaller automotive vehicles (cars, small trucks and buses). Note that purchase of these adapters is not part of this contract. 2.2 Lift Construction -- Provide lifts of rigid welded construction designed to lift full capacity without turning or skewing. 2.2.1 Lift bases shall provice a stable platform for vehicle lifting capable of a full height fully rated lift at 3 degrees off plumb. Under loaded conditions, wheels shall be retracted or locked such that no accidental movement may take place. Wheels used to support full loads shall be of chilled car wheel iron or equivalent; case, forged or rolled steel; shall have steel tires on case iron or steel centres. 2.2.2 Lifts shall be designed to be moved by one man. Provide draw bar or handles to facilitate movement. Provide steerable wheels. Draw bar shall fold safely away when not in use. 2.2.3 Lifting shall be provided by an electric-hydraulic power unit providing pressurized oil to a hydraulic cylinder coupled to the carriage which supports the tire engagement forks. 2.2.4 Vertical motion of the lifting forks shall be safe and smooth. No binding or jerking of the load shall be allowed. 2.2.5 Lifting forks shall provide safe, stable support of vehicle wheels. 2.2.6 Provide an automatic engaging electro/mechanical lock backup system which will support the full load should any part of the electro-hydraulic system fail. 2.2.7 Provide protection from inclement weather, dirt, fluid and contaminants for all electrical wire, cables, and switches on the hoist. 2.2.8 Motor bearings will be sealed for life, pre-lubricated for minimum 5 years use. 2.2.9 Manufacture and test the equipment to requirements in ANSI B153.1-19907 "American National Standard Requirements forthe Construction, Care and Use of Automotive Lists". 2.3 CONTROLS -- Provide controls for the lift system to meet the following requirements: 2.3.1 Provide individual control of each lift at the hoist. 2.3.2 Provide "system" control at each lift control console. 2.3.3 Synchronize raising or lowering the vehicle to within 1" over the full lifting range. Failure of one unit during raise or lower operations will shut down the system 2.3.4 Provide control by "Deadman" pushbuttons. Raise or lower motions shall stop when the pushbutton is released. 2.3.5 Provide the capability to operate the lift in pairs if needed. 2.3.6 Provide Red Emergency Stop buttons at each hoist. When pushed, the Emergency Stop will interrupt motion on all hoists. Emergency Stops shall be reset before control is returned to the operation. 2.3.7 Provide ability to lock out controls and systems control computer. 2.3.8 Noting the requirement for tight fitting of components and for levelling of the raised equipment, provision shall be madefor intermittent, short, stop-starts (jogging) of the hoist system under full loads. 2.3.9 Provide motor overload protection 2.3.10 Electric motors shall be totally enclosed, fan cooled. 2.3.11 Provide protection such that the system shuts down if any one or more hoist fails to perate correctly. 2.3.12 Provide toe protection or adequate clearance on each hoist to prevent pinching of personnel or equipment as the lifting carriage descends. 2.3.13 All controls, control devices, enclosures, etc. shall meet NEMA 12 OR IP55 2.4 Portable Support Stands -- Provide welded construction support stand for the sole support of the vehicle in the UP position. 2.4.1 Provide stands that safely and securely hold the vehicle in the raised position without rocking or deflection of the stands. 2.4.2 Provide wheels for the easy movement of the support stands. Stands shall be designed and manufactured such that one man can move them. 2.4.3 Stands shall not support the weight of a raised highway vehicle on the stand wheels. 2.4.4 Single axle stand model JS-75 shall have a capacity of 15,000 lbs. each and be adjustable by pin insert at intervals from 48" to 75". 2.4.5 Double axle stand model JS-75-2 shall have a capacity of 22,000 lbs. and be adjustable by pin insert at intervals from 48" to 75". 2.5 Saddle-Block Cross Beams -- Provide 2 adjustable saddle block cross members for chassis lifting of the vehicles. 2.5.1 Cross beams will be os solid, welded construction. 2.5.2 Design and maunfacture cross beams to pisitiviely engage the lifting hoists. 2.5.3 Saddle-blocks shall positively engage the vehicle to be lifted. 2.5.4 Provide casters for the easy movement and ligning of the cross beams. 2.6 Adapters for Cars and Light Trucks -- Provide 4 adapters which mount on the lifting forks to permit the raising of cars and light trucks. Provisions at FAR 52.212-1, Instructions to offerors-Commercial, applies to this acquisition, FAR 52.212-2, Evaluation-Commercial Items (Oct 1995), applies to this acquisition. (A) Conformity to specifications, (B) Price, and (C) Delivery are the factors that will be considered. The Government intends to evaluate proposa;s and award a contract without discussions, therefore, offerors are encouraged to submit their best and final offer form a cost or price standpoint. The offeror is required to submit a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifiacations, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 95) applies to this acquistion, FAR 52.212-5 Contract Terms Required to Implement Statutes or Executive Orders Commercial Items is incorporated in this solicitation. The following additional FAR clauses cited in the clause are applicable to the acquisition: FAR 52.203-6 Restrictions on Subcontractor Sales to the government, with Alternate 1 (41 USC 253g and 10 USC 2403), FAR 203-10 Price or Fee Adjustment for Illegal or Improper Activity (41 USC 423), FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-26 Equal Opportunity (EO 11246), FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 USC 4212), FAR 52.222-36 Affirmative Action for handicapped workers (29 USC 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era (38 USC 4212), FAR 52.225-3 Buy American Act Supplies (41 USC 10), FAR 52.225-9 Buy American Act Trade Agreement Implementation Act Balance of Payments Program (41 USC 10, 19 USC 2501 2582), FAR 52.225-18 European Union sanction for End Products (EO 12849), FAR 52.225-21 Buy American North American Free Trade Agreement Implementation Act Balance of Payments Program (41 USC 10 Pub. L 103-187), DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items (NOV 95) applies to this acquisition with the following addendum: DFARS 252.225-7001 Buy American and Balance of Payments Program (41 USC 10, EO 10582), DFARS 252.225-7012, Preference for Certain Domestic Commodities. Submit Bids to address listed above at Item 7 no later than 1:00 PM local time, 25 AUG 98. All offers shall be clearly marked with RFP F47606-98-T0200. For additional information, contact Mark LaCroix at 414-482-5270. Posted 07/23/98 (W-SN227489). (0204)

Loren Data Corp. http://www.ld.com (SYN# 0359 19980727\49-0002.SOL)


49 - Maintenance Repair Shop Equipment Index Page