Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2006 FBO #1736
SOLICITATION NOTICE

39 -- Spare Parts - Crane

Notice Date
8/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-06-T-0363
 
Response Due
9/12/2006
 
Archive Date
6/30/2007
 
Description
The Defense Distribution Center Susquehanna (DDSP, New Cumberland, PA has a requirement to purchase various spare parts for the FKI Maestro-Str Aisle Crane. This is a brand name acquisition due to compatibility and standardization issues. A written justification to limit sources has been executed in accordance with FAR 6.3. Additional information is available from the Contract Specialist POC. This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. The Government intends to award a purchase order or purchase orders resulting from this Request for Proposal based on the lowest evaluated price. In the evaluation of the lowest price, the Government will determine the advantages and disadvantages that might result from making more than one award (multiple awards). This determination will be a subjective assessment based on ?good business judgment? decisions concerning, but not limited to, administrative costs for issuing and administering each purchase order. It is assumed, for purposes of evaluating quotations that $500.00 would be the administrative cost to the Government for issuing and administering each purchase order awarded under this Request for Quotation, and individual awards will be for the items or combination of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. Contractor is not required to submit a price for all items to be considered for award. This acquisition is UNRESTRICTED. The associated North American Industry Classification System (NAICS) code is 333923 and the associated size standard is 500. This solicitation is issued as a Request for Quote (RFQ) Reference Number is SP3100-06-T-0363. Item 0001; Gear Motor Assembly: FKI PN: 1800960; Danfoss-Bauer PN: 42865/646; to include: #42865/656 Motor. Geared hoist; #46266/003 Casting drum R.H.; #46267/031 Drum, machined R/hand; and #46267/032 Drum, machine L/Hand; qty-1 each @ $________ Item 0002; Multi-Port Interconnection System; 8 port, top mount: FKI PN: 1704428; Brad Harrison PN: BTY801P-FBB with 8 micro connectors, one home run port PNP connection type for DC sensors; qty-2 ea@ $________/ea Item 0003; Multi-port Interconnection System; 4 port, top mount: FKI PN: 1704432; Brad Harrison PN: BTY401P-FBB with 4 micro connectors, one home run port PNP connection type for DC sensors; qty-2 ea@ $________/ea Item 0004; Variable Frequency Drive: 380/480VAC +/- 10% 3PH; FKI PN: 1703999; Control Techniques PN: SP3403-LED; 40HP with normal duty rating LED Display; qty-2 ea@ $________/ea Item 0005; Contactor: power 24VDC single pole single throw 1 N.O.: FKI PN: 1500331; Curtis PN: 13220620; contact 250 amp with 1 N.O. N.C. aux contact at 5amp with magnetic blowouts; Model SW200A, 24VDC CW11 requires Curtis mounting bracket #13220816 for electric vehicles; qty-4 ea @ __________/ea. Item 0006; Contactor: power 72VDC single pole single throw 1 N.O.: FKI PN: 1500332; Curtis PN: 13220669; contact 250 amp with 1 N.O. N.C. aux contact with 5amp with magnetic blowouts; Model SW200A 72VDC CW310 requires Curtis mounting bracket #13220816 for electric vehicles; qty-6ea @ $__________/ea. Item 0007; Controller: motor speed 36-80VDC 50amp field rating: FKI PN: 1703955; Curtis PN: 166596551; Model SEPEX 1244-6551; programmable controller to match 2 motor characteristics 2 fault outputs; qty-2ea @ $_________/ea Item 0008; Converter: DC/DC 200 watt, 8.3amp; FKI PN: 2700838; Curtis PN: 15495510; Model #1410E-72/96-2403; 72-96VDC input voltage to 24VDC output; qty-4ea @ $__________/ea Item 0009; Battery Charger: 400-480VAC, 50-60HZ input voltage; FKI PN: 1704013; Elektrosistem #60.008342; 100amp 72VDC output voltage; qty-1ea @ $_________ Item 0010; Motor Gearbox; Steering 72VDC; FKI PN: 1800965; Electrofit ZAPI PN: C36068; 0.5KW 1450 RPM 96:1; FKI PN: 42063/002; qty-1ea @ $__________ Item 0011; Tacho Generator: 02-C36044; FKI PN: 1703906; Electrofit PN: F09023; qty-2ea @ $__________/ea Item 0012; Controller: motor speed 30-95VAC 20A; FKI PN: 1704028; qty-2 ea @ $________/ea Item 0013; Encoder; 10-30VDC, 4096 resolution, multi-turn; absolute; FKI PN: 1703961; Fraba PN: OCD-DPB1B-1212-C100-OCC; rotary profibus interface; 10mm shaft with clamp flange, without mechanical option; qty-1ea @ $__________ Item 0014; Operator; joystick 4 position momentary 8 N.O.; FKI PN: 1703945; Gessmann PN: V5D-4ZP+4ZP with center pushbutton with 1 N.O. contact; 2amp at 250V AC; 3amp at 24V DC; qty-2 ea@ $__________/ea Item 0015; Battery assy; 36volt, 152amp hour right hand tray; FKI PN: 2902199; Industrial Battery Products PN: 18-P38-9; qty-1 ea @ $__________ Item 0016; Battery assy; 36 volt, 152amp hour left hand tray; FKI PN: 2902200; Industrial Battery Products PN: 18-P38-9; qty-1 ea @ $__________ Item 0017; Gearbox; Kordel 17.96:1 reduction right angle; FKI PN: 2001180; Kordel PN: 546.325.1; FKI UK PN: 43210/602; Cleco PN: 2001180; qty-2 ea @ $__________/ea Item 0018; Chain; Anchor Kordel; FKI PN: 1000042; FKI UK PN: 43211/001; qty-2 ea @ $__________/ea Item 0019; Brake Fail Safe; Lenze 24VDC; FKI PN: 8001517; Lenze PN: 90.160001-0038; Lenze drawing A4/808653; replaces Cleco PN: 44115/003; FKI UK Man Ref A4-4494+ 4 mtrs cable; Ref FKI UK PN: 4411/003; qty-2 ea @ $__________/ea Item 0020; Operator: foot/palm switch 1 N.O. 1 N.C.; FKI PN: 1703932; Moeller PN: FAK-S/KC11/I spring return comes with enclosure base; qty-2 ea @ $__________/ea Item 0021; Buffer Assy: Oleo 400MM Stroke; FKI PN: 8001512; Oleo Intl PN: 204MDV-070-15; marine plate standard seals unit temperature -40C to 80C; front foot and back support standard head 70Mm head diameter; 7500-15000 K mass range; qty-1 ea @ $__________ Item 0022; Photoeye; Retroreflective polarized; FKI PN: 8200344; Pepperl & Fuchs PN: RLK28-55/31/116; quick disconnect micro male with 4pin M12 con 12-240 volt ac/dc, PNP/NPN output 1 spdt; qty-6 ea @ $__________/ea Item 0023; Motor; Traction Prestolite 4.6 Kilowatt DC; FKI PN: 1800964, FKI UK PN: 43102/601; Prestolite PN: LKAX4001; 60vdc armature voltage 88 amps; 2760 rpm performance curve per LCXF2274M class H insulation; qty-2 ea @ $__________/ea Item 0024; Opto Isolator; forward current 50 milli amps; FKI PN: 1704092; RS Components PN: 194-571; forward voltage1-5v; reverse voltage 2v; power dissipation 200 milli watts surface mount; qty-4 ea @ $__________/ea Item 0025; Stop Block; mechanical emergency stop block; Cleco PN: 43258/601; new PN: 17187/000 for SNs: 5211-5226 (mfg date 2000); qty-2 ea @ $__________/ea Item 0026; Governor; speed; FKI PN: 2300054; Sassi Lift Systems PN: M2; reference FKI UK PN: 33458/522; .5M/SEC running speed; .6M/SEC trigger speed; qty-1 ea @ $__________ Item 0027; Limit Switch; roller plunger 1NC; FKI PN: 1704459; Sassi Lift Sytems PN: R1AL; Kronenberg limit switch; double interrupting contacts; qty-2 ea @ $__________/ea Item 0028; Proximity switch; 18 millimeter non-shielded quick disconnect; FKI PN: 1703867; SICK IM18-12NPS-ZC1 PN: 7900097; PX 18MM Non SHLD QKCM 10-30VDC micro male 10-30 volt dc 1 N.O.; qty-2ea @ $__________/ea Item 0029; Proximity switch; 18 millimeter non-shielded quick disconnect; FKI PN: 1703834; SICK M18-05BPS-ZC1 PX 18mm SHLD QKCM 10-30VDC 1N.O. micro male 10-30 volt DC 1 N.O.; SICK PN: 6 011 991; qty-6 ea @ $__________/ea Item 0030; Proximity switch; 12 millimeter non-shielded quick disconnect; FKI PN: 1703835; SICK PN: IM12-04NPS-ZC1; micro male 10-30 volt DC 1 N.O. SICK PN: 6 011 983; qty-2 ea @ $__________/ea Item 0031; Photoeye; diffuse quick disconnect 10-30 volt DC; FKI PN: 8200033; SICK Model WT27-2F410; SICK PN: 1013268; quick disconnect is 12MM male 4 pin; qty-4 ea@ $__________/ea Item 0032; Photoeye; retro reflective reflex switch; FKI PN: 8200343; SICK Model WL9-2P430; SICK PN: 1018283; with quick disconnect micro male 4 pin 10-30volt DC; qty-6 ea @ $__________/ea Item 0033; Transformer; internal; FKI PN: 1704023; Siemens PN: 4AM4842-8DD40-OFAO primary 208-230-380-400-415-440-460-480-500-525-550 volt; secondary 115 or 230 volt 500VA; qty-2 ea @ $__________/ea Item 0034; Transformer; internal; FKI PN: 1704024; Siemens PN: 4AM6542-8DD40-OFAO primary 208-230-380-400-415-440-460-480-500-525-550 volt secondary 115 or 230 volt 2.5KVA; qty-2 ea @ $__________/ea Item 0035; Operator Interface Terminal;OP3 monochrome; FKI PN: 1703990; Siemens PN: 6A3503-1DB10; 2 line 20 character/line with HMI cable 18 function keys, 5 programmable function keys 128KB memory, RS232, RS485 ports; qty-2 ea @ $__________/ea Item 0036; Computer Subassembly; programmable logic controller; FKI PN: 1702906; Siemens PN: 6ES7 3152AF03-OAB0; Siemens S7 series PLC with 48K memory with MPI interface and profibus port; stand alone without power supply; qty-2 ea @ $__________/ea Item 0037; Connector; communication interface profibus; FKI PN: 1702764; Siemens PN: 6GK1 500-0FC00 for connection to PPI, MPI, Profibus straight connector; qty-2 ea @ $__________/ea Item 0038; Variable Frequency Drive; Siemens Micromaster-440 .33HP; FKI PN: 1703829; Siemens PN: 6SE6440-2AB12-5AA1; 200-240V single phase input with internal filter Class A 0.33HP or 0.25KW w/status display screen only; qty-2 ea @ $__________/ea Item 0039; Variable Frequency Drive; Siemens micromaster-440 .75 HP; FKI PN: 1703830; Siemens PN: 6SE6440-2AB15-5AA1; 200-240V single phase input with internal filter class A 0.75HP or 0.55KW w/status display screen only; qty-2 ea @ $__________/ea Item 0040; Variable Frequency Drive: ACCS micromaster 440 brake resistor; FKI PN: 1703832; Siemens PN: 6SE6400-4BC05-0AA0; qty-2 ea @ $__________/ea Item 0041; Sensor; Magnetic 24VDC; FKI PN: 1703950; SIKO PN: MSK320-4-A-E6/0.3/1.0-PPNIO0.1 output signal is non inverted, push-pull resolution 0.1MM; magnetic ring MRI01-64-20-MNG is required with this device; qty-2 ea @ $__________/ea Item 0042; Limit Switch Body; 1 N.O. 1N.C. 10amp; FKI PN: 1703875; Telemechanique PN: ZCKJ1; 1 step, SPDT, snap action, silver contacts non-plug-in type; LS BDY 1 NO 1 NC 10A; qty-3 ea @ $__________/ea Item 0043; Operator; selector switch 2 position maintained 22MM; FKI PN: 1703907; Telemecanique PN: ZB4BD2; black standard lever; non-illuminated; qty-4 ea @ $_________/ea Item 0044; Limit Switch; rotary lever 1 N.O. 1 N.C. ; FKI PN: 1703874; Telemechanique PN: XCL-J50511H29; qty-4 ea @ $__________/ea Item 0045; Operator; selector switch 3 position spring return from both; FKI PN: 1703908; Telemecanique PN: ZB4BD5; 22MM black standard lever non-illuminate; qty-2 ea@ $_________/ea Item 0046; Operator; Key switch 2 position maintained 22MM; FKI PN: 1703909; Telemechanique PN: ZB4BG212; the suffix ?12? indicates 421E key non-illuminated; qty-2 ea @ $__________/ea Item 0047; Trolley; collector tow arm for 2700882 collector KFML type tow arm for SKN and SKNT collectors for Model SNs 5112-5226; also for FKI Maestro-STR Aisle Crane; FKI PN: 2700883 (replaced by CL 19873); Cleco Maestro PN: 19873/000; Vahle PN: 252970; qty-4 ea @ $__________/ea Item 0048; Collector; power rail 4 pole with 5 meter cable; FKI PN: 2700882; FKI UK PN: 41026/002; Vahle PN: 257130-5; copper cross section on cable to be 5MM sq per core; qty-4 ea @ $__________/ea Item 0049; Electronic Module; PLC I/O power supply module terminal block; FKI PN: 1703848; WAGO PN: 750-602; 24V DC 10amp DC cage clamp connection cross section 2.5MM; qty-4 ea @ $__________/ea Item 0050; Electronic Module; PLC output module 4 point digital output 24 volt DC; FKI PN: 1703856; WAGO PN: 750-504; POS switching output current 0.5A connection DIN Rail 35 cage clamp connection; qty-4 ea @ $__________/ea Item 0051; Electronic Module; PLC interface communication module Profibus DP; FKI PN: 1703849; WAGO PN: 750-343; for digital and analog signals cage clamp connection mount DIN Rail 35; qty-4 ea $__________/ea Item 0052; Electronic Module; PLC input Module 2 point input 24VDC; FKI PN: 1703852; WAGO PN: 750-400; 2 point digital input 24volt DC post switching connection DIN Rail 35 cage clamp connection; qty-6 ea @ $__________/ea Item 0053; Electronic Module; PLC input module 4 point input; FKI PN: 1703853; WAGO PN: 750-402; 4 point digital input 24volt DC POS switching connection DIN Rail 35 cage clamp connection; qty-6 ea @ $__________/ea Item 0054; Electronic Module; PLC input module 4 point input; FKI PN: 1703853; WAGO PN: 750-402; 4 point digital input 24volt DC POS switching connection DIN Rail 35 cage clamp connection; qty-2 ea @ $__________/ea Item 0055; Electronic Module; PLC Input module 2 channel analog input +/- 10% 10 volt DC; FKI PN: 1703855; WAGO PN: 750-456; current consumption 65MA connection DIN Rail 35 cage clamp connection; qty-2 ea @ $__________/ea Item 0056; Electronic Module; PLC output module 4 point relay output 230AC/300DC volt; FKI PN: 1703857; WAGO PN: 750-517; output current AC 1A/DC 1A at 40VDC and 1.5A at 300VDC connection DIN Rail 35 cage clamp connection; qty-2 ea @ $__________/ea Item 0057; Electronic Module; PLC output module 8 point digital output 24 volt DC; FKI PN: 1703858; WAGO PN: 750-530; POS switching output current 0.5A connection DIN Rail 35 cage clamp connection; qty-2 ea @ $__________/ea Item 0058; Electronic Module; PLC output module 2 channel analog output +/- 10 volt DC; FKI PN: 1703859; WAGO PN: 750-556; current consumption 65MA connection DIN Rail 35 cage clamp connection; qty-2 ea @ $__________/ea Item 0059; Electronic Module; PLC I/O power supply module terminal block; FKI PN: 170381; WAGO PN: 750-613; Passive 24V DC 10amp DC connection DIN Rail 35 cage clamp connection; qty-4 ea @ $__________/ea Item 0060; Electronic Module; Serial Communication Interface; FKI PN: 1703863; WAGO PN: 750-650/003-000; PLC communication module serial RS232 configurable connection DIN Rail 35 cage clamp connection; qty-2 ea @ $__________/ea Item 0061; PLC Input Module; Incremental encoder interface; FKI PN: 1703957; WAGO PN: 750-634; use with 24VDC incremental encoders measurement with a resolution of 200 NS is possible; qty-2 ea @ $__________/ea The following FAR and DFARS clauses and provisions apply to this requirement. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR provision 52.212-1 ? Instructions to Offerors ? Commercial Items applies to this acquisition. Addenda to 52.212-1: The following paragraph is hereby deleted from this provision: (i) Availability of requirements documents cited in the solicitation. FAR provision 52-212-2 ? Evaluation ? Commercial Items applies to this acquisition. The Government intends to award a contract or contracts as a result of this Request for Quotation. Award will be based on a lowest price determination(s). Contractors are required to include a completed copy of the FAR provision 52.212-3, Offeror Representations and Certifications ? Commercial Items with its price proposal or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal may result in the proposals being eliminated from consideration for award. FAR 52.212-4 ? Contract Terms and Conditions ? Commercial Items applies to this acquisition. Addenda to FAR 52.212-4: 52.247-34 F.O.B. Destination FAR 52.212-5 ? Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.222-3 Convict Labor 52.222-19 Child Labor ? Cooperation with Authorities and Remedies 52.222-20 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disable Veterans and Veterans of the Vietnam Era 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans. 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration 52.232-36 Payment by Third Party DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items applies to this acquisition. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7036 Alt I, Buy American Act, Free Trade Agreements, Balance of Payments Program Price Proposals and the certifications at FAR 52.212-3 must be submitted via one of the following methods: (1) email to: Roberta.Witmer@dla.mil (2) facsimile to: 717-770-7591 (Attn: Roberta Witmer), or (3) mail to: Defense Distribution Center, Acquisition Operations, DDC-AB, 2001 Mission Drive, Building 81, ATTN: Roberta Witmer, New Cumberland, PA 17070-5001 NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at: www.ccr.gov. Proposal due date and time is 12 September 2006, 3:00 PM EST. The name and telephone number of the individual to contact for information regarding this Request for Quotation is Robbie Witmer, Contract Specialist, 717-770-7126.
 
Place of Performance
Address: Defense Distribution Depot Susquehanna, DDSP-HW, Warehousing Branch, Bldg 203, Door 12, Mechanicsburg, PA
Zip Code: 17070
Country: UNITED STATES
 
Record
SN01126816-W 20060828/060826220110 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.