SOURCES SOUGHT
39 -- Provide Two (2) Twin Boom Level Luffing, Cargo-Handling Cranes, Cheatham Annex, Williamsburg, Virginia
- Notice Date
- 12/21/2007
- Notice Type
- Sources Sought
- Contracting Office
- N62470 Norfolk Naval Shipyard Bldg 491 Portsmouth, VA
- ZIP Code
- 00000
- Solicitation Number
- N6247007R0363
- Response Due
- 1/22/2008
- Point of Contact
- Christine Foskey-Brown, 757-967-3819
- Description
- The Navy Crane Center, Portsmouth,Virginia is seeking sources with current relevant qualifications, experience, personnel, and capability that can provide crane support for Cheatham Annex, Williamsburg, Virginia. Responsibilities include, but are not limited to the following: Procure two (2), twin boom, level luffing, cargo-handling cranes to be mounted on existing pedestal bases. Each boom shall have a 25 metric ton capacity, working radius of 26 meters and a lifting height of 35 meters. The capacity is to remain constant throughout the working range. The cranes shall be electrically powered (440 V/ 60 Hz) and hydraulically driven, with seamless control, able to slew, hoist, and luff simultaneously with each of these functions operating at rated speed and capacity. The crane booms shall be able to be ?twinned? for simultaneous operation by a single set of controls. In this mode, the capacity shall be the combined capacity of both booms, 50 metric tons. The cra ne booms shall have the capability to rotate independently from one another and together as a unit using the common pedestal while in "twin" mode. The cranes shall match in configuration and function as the twin cranes aboard the following class of vessels in the U.S. fleet: T-AK 3000 T-AK3005 T-AK3008 T-AK 3015 T-AK5089 T-AK5089 T-AKR 287 T-AKR 295 T-AKR296 T-AKR 300 T-AKR 2053 T-ACS Cape D/E Cape O The cranes shall be delivered standard with a digital control system that matches the other cranes of the fleet and is capable of controlling and monitoring crane operations including: overloads and brake cycles, as well as having integrated diagnostic features. For maximum lifespan against the elements, all components including winches, motors, pumps and PLC?s must be installed inside weather tight crane houses. A load stabilization system must be available as an option. The manufacturer will be required to provide maintenance training. The North American Industry Classification System (NAICS) Code for this requirement is 333923, Overhead Travel Crane, Hoist & Monorail System Manufacturing. Performance will be shore-based. Interested firms are encouraged to respond by providing in your own format: Name and address of firm; (2) name, telephone and fax number of point of contact; (3) date firm started; (Size of company, type of company (i.e., 8(a), Woman Owned Small Business (WOSB), Small Business (SB), all others), number of employees, revenue for the past 3 years, relevant past performance on same/similar fabrications dating back 5 years and your firm?s capability to perform the type of work required. Respondents shall provide information related to contracts where the respondent was materially/physically involved at a comparable level of effort. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Please ensure responses do not exceed 5 pages. Since this is a Sources Sought Announcement, no evaluation letters will be i ssued to the participants. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded from this announcement. There will not be a solicitation, specifications, or drawings available at this time. It is anticipated that a formal solicitation will be announced at a later date. No reimbursement will be made for any costs associated with providing information in response to this announcement. This information should be sent to Director, Navy Crane Center, Naval Facilities Engineering Command, Building 491, Portsmouth, Virginia 23709-5000, by 2:00 P.M, 22 January 2008, Attn: Christine Foskey-Brown or by e-mail at christine.foskey@navy.mil.
- Record
- SN01475399-W 20071223/071221225804 (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 |