Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2006 FBO #1762
SOLICITATION NOTICE

H -- Crane and hoist inspections. Load testing cranes, hoists and winches.

Notice Date
9/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
USPFO for Texas, ATTN: Contracting Officer, P.O. Box 5218, Austin, TX 78763-5218
 
ZIP Code
78763-5218
 
Solicitation Number
W912L1-06-R-5013
 
Response Due
10/4/2006
 
Archive Date
12/3/2006
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINE/SYNOPSIS SOLICITATION (1). This is a combined synopsis/solicitation for commercial services in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals ar e being requested and written solicitation will not be issued. (2). Request for Proposal (RFP) W912L1-06-R-5013 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFP. Submit written offers only, oral offers will not be accepted. All firms or individuals resp onding must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004. CCR can be accessed at www.ccr.gov or by calling 1-888-227-2423. NOTE: CCR registration must be completed prior to contract award. (3). This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation and the Department of Defense FAR Supplement dates 1 July 2006. It is the contractors responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://farsite.hill.af.mil/ (4). This procurement is being issued as 100% Small Business Set-Aside. The North American Industrial Classification Standard (NAICS) is 333923. The Small Business Size Standard is as follows: Number of employees not to exceed 500. 5). Wage Determination used for this announcement is NO: 05-2515 REV (01) AREA: TX, HOUSTON.Wage rates can be referenced at http://www.wdol.gov/sca.aspx#8 . STATEMENT OF WORK (SOW): CLIN (0001) - HOIST/CRANE INSPECTIONS, FFP, Services Non-Personal: Contractor shall provide all supervision, personnel, equipment, transportation, materials, and other items necessary to perform the duties outlined in the Statement of Work below. Contracto r to perform hoists/crane inspections and weight calibrations IAW the attached statement of work. STATEMENT OF WORK  INSPECTION PROJECT: Hoist and Crane Inspections for FY 2007 Work Order #20061298 LOCATION: Ellington Field 1. Contractor to accomplish cranes and hoists inspections according to Occupational Safety Health Administration 1910.179, Overhead and Gantry Cranes and ANSI B30.20 1967 covers Overhead and Gantry Cranes. Contractor to perform services between the hours o f 06:30 a.m. to 5:00 p.m. Tuesday through Friday. Persons inspecting the cranes will report to the Civil Engineering Production Control Center in building 1256 to inform us of their presence on the base and/or to receive any special instructions. 2. The following items are required to be inspected monthly. The inspection results will be annotated on a monthly inspection report. A. Check main hoist upper and lower limit switches, holding brake, rope or chain. Rope checked for reduction of rope diameter, broken wires, corrosion, and kinking. B. Crane motion, bridge, trolley, and hoist. C. Braking bridge, trolley, and hoist. D. Air supply, supply lines, tanks, and filters. E. Chain hook and auxiliary hook throat openings, cracking, wear, twist, and hook latch. 1) Measure hook throat opening using a dial caliper. 2) Record reading on inspection sheet. F. Chain stretching, corrosion, lubrication and binding. 1) Measure the outside lengths of any convenient number of links approximately twelve to fourteen inches over all on the unused chain. 2) Measure the same number of links in the used section of chain and calculate the percentage increase in length. 3) Record reading on inspection sheet. G. Push buttons, guards, grommets, and tags. 3. The following items are required to be inspected annually. The inspection results will be annotated on an annual inspection report. A. Bridge and trolley electrical control panels, festoon wiring, general wiring, collector's shoes, and operations. B. Bridge and trolley mechanical cap acity markings, wheels, gearing, bearing shafts, gear case, guards, brakes, bumpers, rail sweeps, alignment, overall structure, and welds. C. Main hoist and auxiliary hoist electrical brake, controls, limit switches, general wiring, festoon, collector shoes, and operations. D. Main hoist mechanical capacity markings, gear case, coupling, rope drum, guards, sheaves, and pendant retractor, brake and chain. E. Air hoists upper and lower limit, air lines festoon, air controls, oilers, filters, supply lines and retractor reel. F. Pendant controller check for proper insulation from shock, control operation, proper markings, festoons, restraint cable and retractor reel. G. Main load block capacity markings, sheaves, shafts, bearings, and safety hook latch. H. Runway stops, bumpers, rail alignment, elevation, rail joints and wear, foundation and general structure. I. Monorail alignment, beam wear, and general structure. J. Jibs mast, head, and boom condition, level and square, tie rods, tagline, or festoon and bearings. 4. Certification inspection records are set up and maintained by the Civil Engineering Production Control Center on each crane or hoist. When inspection is performed on an individual crane, annotate that work on the inspection sheet and have the designated crane operator initial that inspection sheet. Record unsafe conditions and/or corrective actions taken in these records. Reports will be turned into Civil Engineering Production Control Center. Overhead Cranes and Hoist locations and types Building Location Type Qty 1142 Vehicle Maintenance Jet L90 hand chain hoist, 3 ton 1 1289 NDI shop GP shop Monorail 1 ton Monorail, Yale 1 ton 1 1 1293 Engine shop Coffing 3 ton electric chain hoist monorail Coffing 1 ton electric chain hoist monorail Detroit electric hoist cable 5 ton 6 1 1 1380 Age shop Monorail 1 ton hoist 1 1394 Corrosion control Chain hand hoist, P&H, 1/2 ton 1 1296 Avionics 1 1359 Missiles 1/2 ton bridge crane. 3 Total 17 CLIN (0002) - LOAD TEST UNIT HOISTS, FFP, Services Non-Personal: Contractor shall provide all supervision, personnel, equipment, transportation, materials, and other items necessary to perform the duties outlined below. Contractor to perform load test on u nit hoists IAW AFOSH STD Requirements. STATEMENT OF WORK  LOAD TESTING. PROJECT: Hoist and Crane Load Tests for FY 2007 Work Order #20061298 LOCATION: Ellington Field Cranes/Hoists and winches will be load tested IAW AFOSH Standards no later than March 31, 2007. A signed certified inspection with load test results rated at pass or fail will be given to the building manager at each location. Overhead Cranes and Hoist locations and types Building Location Type Qty 1379 Age shop(SMSgt Williamson x2510) PortableA-Frame manual hoist, 2 ton 1 1289 NDI shop (MSgt Barabin x2567) Monorail 1 ton 1 1295 Paint Booth(MSgt Barabin x2567) Monorail, Yale 1 ton 1 1293 Engine shop(MSgt Henehan x2061) Coffing 3 ton electric chain hoist monorail Coffing 1 ton electric chain hoist monorail Detroit electric hoist cable 5 ton 6 1 1 1380 Age shop(SMSgt Williamson x2510) Monorail 1 ton hoist 1 1394 Corrosion control(MSgt Reynolds x2287) Chain hand hoist, P&H, 1/2 ton 1 1296 Avionics(MSgt Randall x2534) 2,000 lb overhead 1 1359 Missiles(SMSgt Duplechin x2570) 1/2 ton bridge crane. 7 Total 21 END SOW (8). A site visit is scheduled for September 27, 2006 at 9:00 am. Participants will meet at: 147th Base Contracting Office Building 1258 Room 122 14657 Sneider Street Houston, Texas 77034 POC: TSgt Denise Bailey (281) 929-2305 (5). FOB-Destination for delivery to: CLIN 0001- 147 CES, Attn: SMSgt Roland Leger, 14657 Sneider Street, Houston, Texas 77034-5586. CLIN 0002  See Statement of Work for destinations. Delivery terms: see Statement of Work for required dates of delivery . Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (6). The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other fact ors considered. Award shall be based on best value to the Government. Best value means the expected outcome of an acquisition that, in the Governments estimation, provides the greatest overall benefit in response to the requirement. Best value can include but is not limited to price, delivery date, technical capability, and past performance. (7). The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications Commercial Items - Offerors are reminded to include a completed copy of the provision at 52.212-3 with submitted offers, or go online and activate the online reps and certifications application @ http ://www.bpn.gov/orca/. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically. FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders  Commercial items; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Act of 1965; FAR 52.225-3 Buy American; FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-18 Availability of Funds; FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (CCR); FAR 52.236-27 Site Visit  Construction ALT I; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.201-7000 Contracting Officer Representative; DFARS 252.204- 7004 Required Central Contractor Registration (NOV 2003); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2006); DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.246-7000 Material Inspection and Receiving Report; (9). Quotes must be emailed to denise.bailey@txelli.ang.af.mil , or faxed to (281) 929-2748 by Oct 4, 2006. If additional information is needed regarding this solicitation contact TSgt Denise Bailey at (281) 929-2305. Collect calls will not be accepted.
 
Place of Performance
Address: USPFO for Texas ATTN: Contracting Officer, P.O. Box 5218 Austin TX
Zip Code: 78763-5218
Country: US
 
Record
SN01151005-W 20060923/060921221347 (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.