Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2025 SAM #8593
SOLICITATION NOTICE

J -- Inspection, Evaluation and Repair of Crane at Albany Field Office

Notice Date
6/4/2025 1:36:15 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS25Q0006
 
Response Due
6/18/2025 11:00:00 AM
 
Archive Date
08/30/2025
 
Point of Contact
Matthew Lubiak, Phone: 9177908089
 
E-Mail Address
matthew.e.lubiak@usace.army.mil
(matthew.e.lubiak@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Albany Field Office, New York District, Army Corps of Engineers has the requirement for diagnosis and repairs on the Terex T-340-1 Mobile Crane, currently located at the Lock and Dam in Troy, NY. The crane�s telescopic boom system binds while attempting to raise or lower the boom assembly. It is suspected, but not certain, that the issue causing the binding is internal to the hoist cylinder. Additionally, the crane�s fuel gauge is inoperable and the heater in the driver cabin is leaking coolant. All work shall be performed in accordance with manufacturer�s specifications, Army Corps of Engineers requirements and in conjunction with all other individual work items outlined in this specification. Reference Information: Terex T-340-1 Mobile Crane: Model Number: T-340-1 Serial Number: 15858 Max Boom Length: 30� � 94� Feet Boom Type: Telescopic Max Capacity: 40 Tons (80,000 lbs) Years in Service: 16 Years Telescopic Hoist Cylinder: Hoist Cylinder P/N: 714-0247-2 Manufacture: Seabee Cylinder Size: See attached Spec. Sheet 1. General Requirements: The contract consists of the following contract line items (CLINs): 1.1 CLIN 0001 � Pick-up and Delivery of Crane: The contractor shall perform all work described in this specification at their appropriate repair facility. The contractor�s proposal shall indicate the location where they intend to perform the work. The Contractor shall pick up the crane from the Albany Field Office, located at 1 Bond Street, Troy, N.Y.12180, and deliver the crane to its repair facility at the start of contract work. Upon completion of work, the contractor shall deliver the crane back to the Albany Field Office, located at 1 Bond Street, Troy, N.Y. 12180. The contractor shall obtain all permits required to transport the crane and shall be responsible for all costs associated with transportation. The crane must be picked up and returned during normal business hours of Monday through Friday between 0700 to 1530. 1.2. CLIN 0002 � Diagnostic Inspection and Report: The Contractor shall inspect the crane�s components according to manufacturer�s recommends, identify damaged components, and provide a written report to the COR with the findings and repair requirements (to include parts and labor) prior to performing any repair work. Upon review of the report, the Government shall exercise one or both of the following Options (See CLINs 0005 and 0006). 1.3 CLIN 0003 � Annual Safety Inspection/Certificate of Compliance: The Contractor shall perform an Annual Safety Inspection of the crane and provide Certificate of Compliance documentation. Annual inspection shall be done by a QP (qualified person) and will include operational testing to determine that the equipment as configured in the inspection is functioning properly. The Inspection must be in conducted in accordance with: Manufactures specifications OSHA 1926. SUB PART CC, 1926.601, 1910.180, PCSA#4 ASME B30.5, B30.10 Army Corps of Engineers EM. 385-1-1 Section 16. The inspection must be documented and shall include items checked, results of inspection, name and signature of the person who conducted the inspection, and the date of the inspection. 1.4. CLIN 0004 � Load Testing: Load tests shall be performed under the direction of a QP in accordance with appropriate ASME standards and the manufacturer's recommendations. At a minimum, the load test procedures shall include the following: a. Hoist the test load to ensure that the load is supported by the crane and held by the hoist brake(s) for a minimum of 5 minutes. b. Swing the crane. Ensure there are no physical restrictions, the full range of its swing, with the test load. c. Boom the crane up and down within the allowable working radius for the test load. At the maximum radius, hold the load for a minimum of 5 minutes and insure there is no movement of the load. d. Lower the test load and hold the load with the brake(s). Load Testing shall be performed at 100 to 110% of the ANTICIPATED LOAD for the specified configuration, not to exceed 100% of the manufacturer's load chart at the configuration of the test. The ANTICIAPTED LOAD for this test will be 20,000 LBS or 10 Tons. 1.5. CLIN 0005 - Option 1: Provided the evaluation report determines there is no damage to the major components, The Contractor shall repair or replace all identified damaged components and wear items. 1.6. CLIN 0006 - Option 2: Provided the evaluation report determines there is damage or failure to the boom hoist cylinder or another major component, the Contractor shall repair or replace the damaged component and all other associated wear items. The Contractor shall drain and replace hydraulic system fluid if any hydraulic component was altered, repaired, or replaced. Option 2 shall also include disposal of the replaced components. 2. Required Completion Date(s): 2.1. CLIN 0001 - Pick-up and Delivery of Crane: The Contractor shall pick up the crane no later than 15 calendar days after award of the contract. The Contractor shall return the crane within 10 calendar days after completion of repairs, load testing and annual inspection. 2.2. CLIN 0002 - (Evaluation Report): Evaluate and provide a report of repair requirements no later than 15 calendar days after taking delivery of crane. The Government shall review the report and issue a contract modification to exercise the Option(s) within 14 business days. 2.3. CLIN 0005 - Option 1: Complete all repairs associated with Option 1, annual inspection, and load testing no later than 30 days following award of Option 1. 2.4. CLIN 0006 - Option 2: Complete all repairs associated with Option 2, annual inspection, and load testing no later than 90 days following award of Option 2. The Contractor shall inform USACE of anticipated delays as soon as they become aware of such delays. 3. Evaluation of Bid: Award of the contract will be made based on lowest combined total for all CLIN�s. 4. Acceptance and Payment: The Contractor may request progress payments upon completion of each phase of work as outlined below. The Government shall make payments based upon acceptance of the work completed: 4.1. The first payment shall be for 50% of CLIN 0001 (Pick-up and Delivery of the Crane) and 100% of CLIN 0002 (Diagnostic Inspection and Report). Payment shall be made within 30 days after receipt of the Contractor's invoice upon completion and acceptance of the Contractor's Diagnostic Report. 4.2. The Contractor may submit a single separate invoice for the purchase of replacement parts. The Contractor must include with its invoice all receiving reports for replacement parts to be eligible for this payment. 4.3. Final payment shall be for CLIN 0003 (Annual Safety Inspection/ Certificate of Compliance), CLIN 0004 (Load Testing), the exercised Option(s) for the repair, and the remaining 50% of CLIN 0001. Payment shall be made within 30 days after receipt of the Contractor's invoice upon completion of repairs, documentation of the successful load test, completion of the Annual inspection/Certificate of Compliance, and the safe return of the repaired crane to the Albany Field Office. 5. USACE Albany Field Office POC: Laura P. Lozon (518) 273-0870.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6a9066ab83504a76a408b4de293d607b/view)
 
Place of Performance
Address: Troy, NY 12180, USA
Zip Code: 12180
Country: USA
 
Record
SN07465475-F 20250606/250604230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.