SOLICITATION NOTICE
38 -- MOBILE PERSONNNEL BOOM LIFT
- Notice Date
- 2/4/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- NASA Procurement Office, Code DA00, Stennis Space Center (SSC), MS 39529-6000
- ZIP Code
- 39529-6000
- Solicitation Number
- RFO13-SSC-O-03-21
- Archive Date
- 2/4/2004
- Point of Contact
- Gregory Fletcher, Contract Specialist, Phone (228) 688-2223, Fax (2281) 688-1141, Email gregory.fletcher@ssc.nasa.gov - Jason Edge, Contract Specialist, Phone (228) 688-2346, Fax (228) 688-1141, Email Jason.Edge@ssc.nasa.gov
- E-Mail Address
-
Email your questions to Gregory Fletcher
(gregory.fletcher@ssc.nasa.gov)
- Description
- NASA/SSC plans to issue a Request for Offers for one (1) each, Mobile Personnel Boom Lift. The Specification Number 33000-GM06, dated December 2002 follows: 1.0 SCOPE This specification establishes minimum requirements to procure a personnel boom lift for use at Stennis Space Center. The Contractor shall provide a mobile personnel boom lift as described by the minimum requirements in this specification. 2.0 APPLICABLE DOCUMENTS ANSI/SIA A92.5 American National Standard for Boom-Supported Elevating Work Platforms NASA-STD-8719.9 Standard for Lifting Devices and Equipment 3.0 DESIGN REQUIREMENTS All below requirements shall be minimum requirements unless otherwise stated. 3.1 Platform and frame Compliance with ANSI/SIA A92.5 Lifting capacity of 500 pounds unrestricted Horizontal outreach of 80 feet as measured from center of boom rotation to outer edge of work platform. Vertical reach of 100 feet as measured from ground level to deck of work platform. 360 degree continuous turntable rotation. Hydraulic work platform rotation with 150 degree range of motion 36" x 96" work platform area Self-leveling work platform Lifting lugs on frame 3.2 Control System Fully proportional controls Control box cover 3.3 Drive system Four wheel drive w/positive traction Four wheel braking Four wheel steering with crab ability ? Foam-filled tires ? Hydraulically extendable axles ? 3 mph drive speed with stowed boom 3.4 Power unit ? Deutz diesel ? Automatic engine fault shutdown ? Onboard diagnostics ? Hydraulic oil cooler ? Anti-restart system ? 40 gallon fuel capacity 3.5 Miscellaneous ? Driving lights ? 110 VAC wiring to platform with GFI protected outdoor duplex outlet 4.0 SUBMITTALS WITH BID ? Contractor shall submit vendor data showing compliance with the requirements of this specification. Any exceptions should be noted. 5.0 SUBMITTALS PRIOR TO DELIVERY ? Contractor shall submit hazard analysis per NASA-STD-8719.9. The hazard analysis shall be reviewed and approved by the NASA S&MA Manager prior to delivery of the boom lift. 6.0 SUBMITTALS WITH DELIVERY 6.1 Contractor shall submit complete operation and maintenance documentation which shall contain at least the following information: ? A technical description of the boom lift, including all components Operating procedures ? Maintenance and repair procedures including lubrication with a list of recommended spares ? Troubleshooting and preventive maintenance checklist and schedule ? Complete set of manufacturer's literature for all major mechanical and electrical components ? Test and adjustment procedures to enable field personnel to verify and/or adjust control device settings 6.2 Contractor shall supply certificate certifying that boom lift has been tested per the requirements of ANSI A92.5. 7.0 TESTING AND DELIVERY 7.1 The Contractor shall attach a certification tag to the boom lift which displays working load, proof test date and retest date. 7.2 Contractor shall be responsible for delivery of the boom lift to the FOS contractor at Building 2105 at SSC. 7.3 Prior to acceptance, the boom lift will be operationally tested by the FOS contractor. The delivery schedule shall be the date of the resulting contract and continue through one-hundred eighty (180) days. FOB Point is Destination. The provisions and clauses in the RFO are those in effect through FAC 01-12. The Government intends to acquire a commercial item using FAR PART 12. This procurement is a total small business set-aside. See Note 1. The NAICS Code and Size Standard are 333923 and 500 respectively. The DPAS rating for this procurement is DO-C9. The anticipated release date of RFO 13-SSC-O-03-21 is on or about February 10, 2003 with a due date of February 25, 2003. All technical questions should be received in this office not later than February 18, 2003. An ombudsman has been appointed. See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office 97 format and will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/SSC Business Opportunities page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=64 Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=64#104296)
- Record
- SN00253072-W 20030206/030204213729 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |