Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26,1999 PSA#2462

US Bureau of Reclamation, Code 7810, PO Box 620, Grand Coulee, WA 99133

39 -- HOISTS -- 5 TON CAPACITY SOL 00SQ170259 DUE 111099 POC Nora E. Jenn (509) 633-9509 Fax (509) 633-9175 E-MAIL: Hoists -- 5 ton, njenn@pn.usbr.gov. This is a combined solicitation/synopsis for commercial items prepared in accordance with the format FAR Subpart 12.6, as supplemented with additional information included in this notice. Solicitation No. 00SQ170259 is issued as a Request for Quotation (RFQ) and incorporates provisions in effect through Federal Acquisition Circular 97-14. This acquisition is a Small Business set-aside. The size standard is 500 employees and the standard industrial classification code is 3536. U.S. Bureau of Reclamation, Grand Coulee, Washington has a fixed price requirement for the following items: CLIN0001 -- Hoist, 5-ton, in accordance to the following specifications: 1.0 General; 1.1 This specification is written to procure two (2) five-ton hoists for use in the Third Powerhouse (TPH) at the Grand Coulee Dam. The hoists will have variable speed controls, to replace the "single-speed" type presently in use. 1.2 The hoists will be used in the "turbine pit" area of generator units G-19 through G-24. They will be moved around as needed to perform maintenance work on any of the turbines, their related parts and equipment.1.3 The installation environment is indoors, where ambient temperature ranges from 60 F to 80 F. The service environment includes occasional exposure to water (i.e., from equipment leaks), oil, dust, and elevated levels of ozone. Information submitted for bid review should address these typical service conditions. 1.4 The hoists must be furnished completely assembled and ready for installation by the government. They must include all needed lubricants, grease, seals, etc., and must be furnished in the manufacturer's standard paint/surface finish, unless otherwise specified. 1.5 The manufacturer must supply a guarantee that the hoists meet or exceed the requirements presented herein. 2.0 Electrical Power Requirements 2.1 The hoist must be actuated by an electric motor, using 480 Volt, 20 Amp, 3 Phase power. 2.2 The motor (and any electrical parts or assemblies generating heat) must be in a vented enclosure. 3.0 Operation and Control Requirements 3.1 The controls must be housed in a single, hand-held unit. Push button controls will direct the up and down movement of the hook, as well as radial and circumferential movement of the trolley and hoist on the existing circular and radial monorail tracks. 3.2 The hoist may use one-speed mode of operation for the trolley radial (and circumferential) motion, but it must have variable speed capability for raising and lowering the hook. This variable speed may be accomplished through the use of a step (incremental) controller with no less than 5 steps. 3.2.1 The required trolley traverse speed is (about) 30 feet per minute. 3.2.2 The "fastest" hoist speed (under full-load conditions) must be at least 20 feet per minute (lifting and lowering). 3.2.3 The "slowest" hoist speed (under full-load conditions) must be no more than 5 feet per minute (lifting and lowering). 3.3 All controls must automatically return to neutral when released, and must be clearly labeled as to theirfunction. 3.4 The control must include an emergency stop switch to cut power in the event of a malfunction. This control must be located on the controller unit (box, etc.). 3.5 The controller must include an 18-foot length of drop-cord. The controller cord must be attached to a cable or chain such that pulling on the controller housing does not result in stress of the electrical cord. The cable or chain used for this purpose must have at least three "hooks," with which to hang the controller box (i.e., on an adjacent railing, etc.). The hooks (or other device the controller can be hung from) should be evenly spaced along the 16-foot drop-cord. 4.0 Winch (Spool), Cable, and Hook Requirements 4.1 The required length of cable must be supplied with the unit (nominal length to be determined from the required length of hook travel, which is 21 feet). The safe working load for the cable must be consistent with the working load of the hoist. 4.2 Only commercial wire rope fittings and end clips are allowed. No protruding ends, splices, or knots are allowed in any portion of the cable. The wire rope must be furnished with proper initial lubrication. 4.3 The wire rope must correctly wind over (or under) the winch spool to the left (or right), in such a manner as to avoid cable twisting, spreading or overlap. Any winch drum, spool or sheave must be of an appropriate diameter for the cable used. 4.4 The hook used must meet the requirements of ANSI B30.10, "Hooks." In addition, the safe working load of the hook must be consistent with the working load of the hoist. The hook must have a swivel to permit rotation independent of the lower cable sheave (if used), and must be equipped with safety keepers. 5.0 Other Features and Indications 5.1 The unit must meet the requirements in this specification as well as the latest version of other requirements, such as the applicable portions of: 5.1.1 ANSI A10.5, "Safety Requirements for Material Hoists" 5.1.2 ANSI B30.2, "Safety Code for Overhead and Gantry Cranes" 5.1.3 ANSI B30.11, "Monorail Systems and Underhung Cranes" 5.1.4 ANSI B30.16, "Overhead Hoists (Underhung)" 5.2 The unit must have height limit switches that automatically stop the motor when the hook reaches a specified height (both an upper and lower limit). The upper limit is that height which prevents the hoist from becoming two-blocked. The lower limit is nominally 21 feet below the centerline of the hoist cable spool. A limit switch must also stop the unit when the rated load is reached. A required exception to this feature is a turnkey override control, which, when activated, will allow the unit to reach and be operated at 110% of its rated load capacity. Each hoist will be individually keyed. They shall not be operable by the same key. 5.3 The safe working load of the hoist assembly must be 5 tons, which must be clearly marked on the hoist. 5.4 The hoist must be equipped with brakes that automatically apply when the controls are in neutral, as well as in the event of an electrical power failure. These brakes must be capable of stopping and holding 125 percent of the rated capacity under all operating conditions. 5.5 After installation but before operation, the unit must be thoroughly inspected and satisfactorily complete performance tests to demonstrate the unit's ability to safely handle and maneuver the rated load. The inspection and testing must be performed and documented by the supplier, and witnessed by an engineering representative from the Bureau of Reclamation. 6.0 Physical Limitations and Mounting Requirements 6.1 The replacement hoist must fit onto the existing trolley system with no modification. There are two slightly different size I-beams in use on the overhead trolley; one set is S12x50, the other is S12x31.8. The hoist must travel smoothly between these two trolley track systems. 6.2 The replacement hoist must not interfere with the existing turbine pit area surrounding structure. That is, there will be no modification of concrete or steel structure (railings, doors, etc.) to accommodate the replacement hoist.Further, the overall size of the unit must not interfere with the safe travel of workers in and around the turbine pit area, including all passageways the existing trolley system traverses. For these reasons, the replacement hoist cannot exceed the following dimensions (as shown on the attached sketch): 6.2.1 80" width (across the line of main trolley beam travel) 6.2.2 48" length (along the line of main trolley beam travel). The spool location and operation must be such that: 6.2.2.1 The hook travel is as far towards the back (or shaft) side of the envelope as possible. 6.2.2.2 The "dead" end of the cable must be on the front (or railing) side of the envelope. This places the "moving" part of the cable on the back (or shaft) side of the envelope. 6.2.3 24" height (from the bottom of the trolley beam, not including the hook). The closer the spool is to the trolley rail, the better. 7.0 Drawings, Maintenance & Installation Manuals and Submittal Data 7.1 At the time of equipment delivery, the manufacturer must supply four (4) sets each of the following: 7.1.1 Manuals for installation, operation, and service. 7.1.2 Complete parts and material list. 7.1.3 Written guarantee of compliance with this specification. 7.1.4 Terms, guarantee, and warranty applicable to the hoists. 7.2 At the time of bid submittal, prospective suppliers must provide two (2) copies of data and descriptive literature sufficient to substantiate claims that the proposed equipment meets or exceeds the specifications presented herein. This includes, but is not limited to: 7.2.1 Dimensional drawings. 7.2.2 Manuals for installation, operation, and service. 7.2.3 Parts and materials list. 7.2.4 Specifications, design criteria, or technical data sheets. 8.0 Contact information 8.1 Direct all comments and questions regarding the technical content of this specification to G. M. Strombach (509) 633-9417. For questions regarding response to this solicitation call Nora Jenn (509) 633-9509, Contracting Officer. 8.2 A 8-1/2 x 11" drawing of the site is available for faxing upon request, please contact Nora Jenn. Please state Brand Name, Model and Warranty of hoist that you are bidding. The items must be delivered to U S Bureau of Reclamation, Warehouse B -- Door 6, Industrial Area, Grand Coulee WA 99133 by December 15, 1999. The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors -- Commercial Items (JUN99), 52.212-3 Offeror Representations and Certifications -- Commercial Items (JUN 99), 52.212-2 Evaluation -- Commercial Items (JAN99), 52.212-4 Contract Terms and Conditions -- Commercial Items (MAY 99), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAY 99), and 52.247-34 F.O.B. Destination (NOV 91). Clause 52.212-5, paragraph (b) is tailored to incorporate the following clauses by reference: 52.219-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-3. The Government intends to make a single award to the responsible bidder whose bid is most advantageous to the Government, based on items meeting the specification, delivery schedule, and price and price-related factors considered in descending order of importance as listed here. The closing date for receipt of offers is November 10, 1999. Offers are to be mailed to the following address: Bureau of Reclamation, Code 7810, P O Box 620, Grand Coulee WA 99133-0620. All sources responding to this Request for Quotation shall do so in writing. All sources responding to this synopsis shall submit information relating to business status, including identification as to whether small, large, minority-owned, and/or women-owned. Include Federal Tax Identification number and DUNS number on your bid. All responsible sources may submit a bid, which will be considered by this agency. Posted 10/22/99 (W-SN394161). (0295)

Loren Data Corp. http://www.ld.com (SYN# 0153 19991026\39-0004.SOL)


39 - Materials Handling Equipment Index Page