Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2009 FBO #2616
SOLICITATION NOTICE

36 -- bridge and runway system

Notice Date
1/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-0300120896
 
Response Due
2/6/2009
 
Point of Contact
Francine L Keys,, Phone: (301) 757-9057
 
E-Mail Address
francine.keys@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared 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 are being requested and a written solicitation will not be issued. Solicitation Number N00421-1300120896 is issued as a request for proposal (RFP). The applicable NAICS is 333923. The Government intends to solicit on a competition base under the authority of FAR 6.203. Interested parties may submit a proposal in which they identify their interest and capability. All proposals received by 2:30 PM Eastern Standard Time; February 06,2009 will be considered by the Government solely for the purpose of determining a competitive procurement. Technical capability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the interested party to provide sufficient technical literature, documentation etc., in order for the Government to make an adequate technical assessment of the proposal. The Government reserves the right to process the procurement on a sole source basis upon the responses received. The government will not pay for any information received. The firm fixed price contract line item number is: Bridge and Runway System. A. Background: The Propulsion Systems Evaluation Facility (PSEF) is adapting Test Room 116 to test large Turbo-shaft engines. The capability to move engines and heavy support hardware is needed. A bridge crane and runway system has been determined the most proven and practical way to accomplish these tasks. The primary characteristics of the bridge crane and runway system are listed below. B. Primary Features: 1.2.5-Ton Lifting capacity (min) a.Class C certified crane b.Certified Hook 2.Bridge and Runway System a.Operational Envelope of 13.5’ X 23’ b.Height under hook = 12’(min) c.Overall Height = 15’5”(max) 3.Support a.Must not require footings b.Supportable by mounting to 7” thick concrete floor c. self supporting 4.Hoist a.Electric single speed b.2.5-ton wire rope(min) c.15’-18’ of lift d.14 FPM lifting speed (min) 20 FPM (max) 5.Crane Drive a.Motorized 460/3/60 motors b.Drives i.50FPM ii.Soft start capability c.Mainline contactor d.Reversing contactor e.Branch Circuit Fusetrons f.Thermal overloads g.115v Fused control transformer h.Terminal block i.All Required Wiring, connections, and conduit j.Manual disconnect (30amp) k.Push button control station C. Deliverables The Bridge Crane and Runway systems with all supporting hardware must be delivered and installed on location at the PSEF building at Patuxent River Naval Air Station. Address: PSEF, building 2360, 22229 Elmer Road, Patuxent River, MD 20670 The Contractor shall provide all labor, equipment and materials to install the Bridge Crane and Runway system. D. Delivery / Installation Date The contractor shall deliver and install the bridge crane and runway system no later than April 15, 2009. E. Evaluation Criteria Proposals will be evaluated on schedule, meeting the technical requirements, and cost. Evaluation criterion is weighted equally. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's right regard to the terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. FAR 52.212-1 Instruction of Offerors -Commercial Items (Jan 2005) is incorporated by reference and applies to this acquisition. Therefore, the provisions at 52.212-2 Evaluation - Commercial Items (Jan 1999) do apply to this acquisition. The Government will evaluate proposals to determine the price fair and reasonable in accordance with FAR Part 15, before making award. The offeror shall provide backup information verifying the price offered: e.g. a copy of current catalog, invoices for the same services etc. The offeror shall complete only paragraph (j) of the provision in FAR 52.212-3 Offeror Representations and Certifications--Commercial items (Jan 2005) if the offeror has completed the annual representatives and certificates electronically at http://orca.bpn.gov. If the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of the provisions. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated by reference and applies to this acquisition. The clause at FAR 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Dec 2004) is incorporated by reference. However, for paragraph (b) only the following clauses apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.22-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129), 52.232-33, Payment by Electronic Funs transfer-Central Contractor Registration (31 U.S.C. 3332). Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications- Commercial Items (Nov 1995). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executives Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2004) is incorporated by reference, however, for paragraph (b) only the following clauses apply 252.225-7036 But American Act -North American Free Trade Agreement Implementation Act- Balance of Payments Program (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). The DFARS clause at 252.204-7004 Required Central Contractor Registration Alt A (Nov 2003) is incorporated by reference.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=36640a06a63797c7dacf8c1dc2b2f268&tab=core&_cview=1)
 
Record
SN01736214-W 20090124/090122215558-36640a06a63797c7dacf8c1dc2b2f268 (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.