Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2008 FBO #2293
SOLICITATION NOTICE

99 -- FY 2008 CRANE MAINTENANCE AND COMMERICAL ITEMS ACQUISITION

Notice Date
3/5/2008
 
Notice Type
Solicitation Notice
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
US Army Corps of Engineers, Chicago, 111 N. Canal, Suite 600, Chicago, IL 60606
 
ZIP Code
60606
 
Solicitation Number
W912P6-08-Q-0005
 
Response Due
3/13/2008
 
Archive Date
5/12/2008
 
Point of Contact
Linda L. Zamarocy, 312-846-5374
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Chicago
(linda.l.zamarocy@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; price proposal s are being requested and a written solicitation will not be issued. The solicitation number is W912P6-08-Q-0005 and is issued as a request for quotation (RFQ), incorporate provisions and clauses that are in effect through Federal Acquisition Circular 200 5-15. THIS PROCUREMENT IS 100% SET A-SIDE FOR SMALL BUSINESS CONCERNS UNDER NAICS 333120, WITH A SIZE STANDARD OF 750 EMPLOYEES. Walsh-Healey Public Contracts Act applies to this Solicitation. The Government reserves the right to make an award on the in itial quote without discussions on this procurement. Award will be made to the responsive and responsible offeror who submits the lowest aggregate price for the Supplies. 1. The Contractor will be required to furnish and install equipment for a USACE -owned Manitowoc 3900W crane, S/N 395098. The crane engine is a Caterpillar D-343T, S/N 62B-8420. The government owned and operated crane is located at the Chicago District Corps of Engineers (LRC) Stone Dock, which is on the north side of the mouth of t he Chicago River in Calumet Harbor. The LRC Stone Dock can be accessed from the gate located at 86th St. and South Green Bay Avenue, in the City of Chicago; the nearest local street address is 8555 South Green Bay Avenue, Chicago, IL 60617. 2. DEFINITI ONS: For purposes of this acquisition, the following terms are defined accordingly, a. Parts: Parts are crane components and accessories originally manufactured or supplied by the OEM. b. Qualified Person: The mechanic providing services is to be a Manit owoc Crane Factory trained and recognized mechanic, possessing sufficient knowledge to service all aspects of this particular model of crane. Normal Working Hours: c. Normal working hours for Corps of Engineers (COE) personnel are between 6:30 a.m. to 4: 30 p.m.Monday through Friday. 3. REFERENCES: A. USACE Safety Manual, EM 385-1-1, November 2003. B. ANSI Standard B30.5 (1968) - Crawler, Locomotive, and Truck Cranes. C. Original Equipment Manufacturer (OEM) Crane Manuals. 4. SCOPE OF WORK: The Contractor will be required to provide all necessary labor, equipment, materials, and supplies to perform the work identified in the below Bid Items: Bid Items: 0001. Furnish and install upper boom point duty cycle sheaves and shaft assembly. 0002. Furnish only a high lift block. The block shall be a Miller Hi-Lift Block - 40 Ton, for 1-1/8 wire rope: Model Number 124TF40, Part Number M131241908, weight 830 lbs. During the performance of all work, one representative from the US Army C orps of Engineers (USACE), Chicago District will be present onsite at all times. The contractor will be notified by the Contracting Officers Representative (COR) who this individual will be, and its contact information will be provided. No contract work shall be performed or accepted without a designated USACE representative present during task execution. The USACE will provide equipment to assist the contractor with lifting the duty-cycle sheave assembly into place. 4.1. PARTS: All parts furnish ed for any service work included in the resultant Purchase Order will be OEM, or equal to genuine OEM replacement parts in all respects. If necessary, shipments of parts may be made directly to a local USACE address for pick-up by the Qualified Person. P lease coordinate with the USACE Technical POC, Mr. Tim Kroll if this arrangement or a similar variation is necessary. 4.2. QUALITY: For any work included in the Purchase Order, the contractor shall maintain conformance with the recommendations that a re established within the Manitowoc Crane manual. 4.3. SERVICE REPORT: The Qualified Person shall prepare a service report for each service that is performed . On the same day that the service is performed, the Qualified Person shall deliver the service report to the USACE site representative prior to his/her leaving the work site. 5. PERFORMANCE PERIODS: The tasks described in this Scope of Work shall be completed on or before 31 May 2008. With respect to this work, the contractor is advised that the USACE crane is working at an active loading dock, supporting on-going daily marine floating plant maintenance operations that cannot be interrupted. Dail y operations of this loading dock will begin on 05 May 2008, and continue through the summer. The marine floating plant crew that this crane supports works on 8-day on, 6-day off schedule, and there will be regular business days within the contract period to complete this work without interrupting scheduled crane operations. Specifically, these days will be 22, 23, 26, 27, and 28 May 2008. 6. SAFETY: The contractor will be subject to USACE safety policies while performing services on Federal Governme nt property. A copy of the USACE Safety Manual can be furnished for reference. 7. FACILITIES ACCESS: The Government will provide safe and reasonable access to the cranes. The access will include close proximity of the service truck to the plant, doc kside. 7.1. COMMUNICATION: The contractor is advised that the USACE Stone Dock Site where the crane is located is unimproved, and does not have telephone service. The contractor will be required to provide cellular phone service for its own personne l working at the site. 8. ENVIRONMENTAL CONTROL: The mechanic is to follow USACE instructions on disposal of waste materials and pans. Procedures and actions that will impact the environment are to be compliant with, at a minimum, the best industry practice if USACE policy is not available. USACE policies govern when stated. 9. SUBMITTALS: The following items are to be submitted with the contractors proposal: The contractor shall submit a statement of qualifications for the Qualified Perso n. Included shall be documentation proving that the individual is a factory-trained mechanic. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with its quote. The clause 52.212-4, Contract terms and conditions-Commercial Items applies to this acquisition. The clause 52.212-5, Contract Terms and Conditions required to implement Statues or Executive Orders-Commercial Items applies to this acquisition. The following clauses l isted in 52.212-5(b) and (c) are included by reference: 5.222-21; 52.222-22; 52.222-23; 52.222-41; 52.225.3; and 52.232-34. PRICE QUOTES ARE DUE TO LINDA ZAMAROCY, VIA FAX (312) 886-5475 OR E-MAIL TO Linda.l.Zamarocy@usace.,army.mil NO LATER THAN 4:30 P.M CST ON 13 MARCH 2008. Price quotes for this acquisition shall be furnished on Company Letterhead, using the following format: Line Item 0001: Furnish and install upper boom point duty-cycle sheaves and shaft assembly, Total Price $____ ________. Line Item 0002: Hi-Lift Block, Total Price $______________. Total proposed Amount of Items 0001 and 0002: $______________. PLEASE CONTACT LINDA ZAMAROCY AT (312) 846-5374 WITH ANY QUESTIONS CONCERNING THIS COMBINED SYNO PSIS/SOLICITATION NOTICE.
 
Place of Performance
Address: US Army Corps of Engineers, Chicago 111 N. Canal, Suite 600, Chicago IL
Zip Code: 60606
Country: US
 
Record
SN01524963-W 20080307/080305224933 (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.