SOURCES SOUGHT
39 -- Chain Hoist Test Machine
- Notice Date
- 5/16/2007
- Notice Type
- Sources Sought
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC PUGET SOUND, 467 W STREET, BREMERTON, WA, 98314-5000, UNITED STATES
- ZIP Code
- 98314-5000
- Solicitation Number
- N00406-07-R-7116
- Response Due
- 6/6/2007
- Point of Contact
- Susanne Broadus, Contract Specialist, Phone 360-476-1116, Fax 360-476-5652,
- E-Mail Address
-
susanne.broadus@navy.mil
- Description
- MARKET RESEARCH/REQUEST FOR INFORMATION. NO SOLICITATION DOCUMENT EXISTS. The Fleet and Industrial Supply Center Puget Sound is conducting a market survey to determine the availability of commercial off-the-shelf CHAIN HOIST TEST MACHINE. Technical Requirements: The Chain Hoist Test Machine(CHTM) shall have a minimum range of operation between 1/2-ton (1000 pounds) and 100-ton (200,000) rated capacity or better, with a usable test length (range from uppermost to lower most height of the attachment point) at least thirty-nine feet (39'). The CHTM shall be capable of conducting both static and dynamic testing, sustaining the load for a specified dwell time for static tests and maintaining a constant load in both the up and down directions throughout dynamic load testing. Dynamic testing capability is to be for a six-foot (6') distance within the full thirty-nine feet (39') range for static tests. Total mechanism height is not to exceed (NTE) fifty-feet (50'). There shall be a series of symmetrical attachment points in the foundation or ground level for testing of items such as strongbacks and various spreader beam configurations. Load test force must be applied through hydraulic power. The CHTM shall be designed to be operable by a single user and to be calibrated by Shipyard personnel. Design must ensure that any failure of an item being tested will not damage the CHTM or cause injury to personnel. The CHTM shall be designed and built in compliance with all state and federal regulations applicable to this equipment. Interested firms are requested to submit a capability statement, not to exceed 10 pages, outlining their ability to meet or exceed this potential requirement no later than 3:00 pm, 31 May 2007, stating their business size and identify a corporate point of contact. The Government will use the results of this announcement to determine what capabilities exist in the marketplace to fulfill the Governments requirements outlined above. The Government will not pay or provide reimbursement for any costs incurred in the preparation or delivery of the request for information. Interested parties should send all capability statements via email to susanne.broadus@navy.mil. Hard copy submissions may be sent to Fleet and Industrial Supply Center Puget Sound, 467 W Street Attn: Susanne Broadus, Bremerton, WA 98314-5100. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEM, NOR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION SUBMITTED OR FOR ANY COSTS ASSOCIATED WITH PROVIDING THE INFORMATION. NO SOLICITATION DOCUMENT EXISTS. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVSUP/N00406/N00406-07-R-7116/listing.html)
- Record
- SN01296052-F 20070518/070516222119 (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 |