Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2009 FBO #2677
SOLICITATION NOTICE

19 -- Purchase of sectional barge and marine knuckleboom crane, North Cascades NPS Complex, WA

Notice Date
3/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, PWR - NOCA - North Cascades NPS Complex 7280 Ranger Station Road Marblemount WA 98267
 
ZIP Code
98267
 
Solicitation Number
Q9471091018
 
Response Due
4/21/2009
 
Archive Date
3/24/2010
 
Point of Contact
Sarah J. Welch Contract Specialist 3608547220 Sarah_Welch@nps.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-30. This solicitation is set-aside for small businesses, NAICS 332312, Fabricated Structural Metal Manufacturing, and NAICS 423810, Cranes (except industrial) merchant wholesalers, with a small business size standard of 500 employees. Note that non-manufacturer small businesses must offer the product of a small business to qualify for the set-aside. The National Park Service (NPS) encourages the participation of disadvantaged and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror or offerors whose total offer is the most advantageous for the Government, price and other factors considered. We reserve the right to cancel this solicitation. SPECIFICATIONS: BACKGROUND: The sectional barge and knuckleboom crane will be used in conjunction with the Stehekin Erosion Control Program on Lake Chelan at the north end of the lake, within the Lake Chelan National Recreation Area. The barge/crane package's main function will be to collect, load and transport building materials, including but not limited to rock, gravel, sand, conventional building materials, tools and supplies, and large woody debris washing out into Lake Chelan from the Stehekin River, using the crane fitted with hydraulic butt grapples to load and unload. The barge will be moored outside and exposed year-round to the elements. The barge will not be self- powered and will require a vessel, not included in this procurement package, to move it from location to location. Offeror shall provide that each section of barge be fitted with an industry-standard rake as barge will be beached along the shoreline at regular intervals during normal usage (see below). This procurement is for a package that includes a sectional barge and a knuckleboom/articulating crane. The government reserves the right to award these items to different vendors. Upon request, NPS will provide offerors photographs of similar barge/crane that we own and operate on Ross Lake for reference purposes (send an e-mail to sarah_welch@nps.gov). Maps and information about the park is at www.nps.gov/noca. REQUIREMENTS: ITEM 1, BARGE - The Government will consider offers of new, reconditioned, or used sectional barges which will conform to the specifications below. Specifications: (1) Barge (comprised of two equally-sized sections pinned together) with industry-standard rakes to address the conditions and requirements as identified in these specifications. (2) Overall barge measurement shall not exceed 50' in length including rakes and width between 16' and 20' (no wider than 20', with 20' preferred). Assembled barge dimensions will be 20'x50'x4'-5'unless otherwise approved and accepted. 3) Contractor shall assemble barge on land at delivery/launch site. Barge sections shall be pinned together with full-length pins and fully secured prior to launch. A vertical 3/4"minimum pin assembly through welded tubing and/or locking channels on the barge sections at approximately every 5' is one acceptable method. Other pinning options will be considered upon submittal. (4) The barge shall be designed to haul loads of 40-50 net tons @ 65% submergence. (5) The barge shall be designed to remain stable and seaworthy in high winds, and on seas of up to 5 ft. (6) The barge shall have a draft of 10"-12" light draft and 36"-40" maximum draft. (7) The barge, new or used, shall be sandblasted and painted with appropriate marine rated/ industry standard undercoat and finish coat, a marine grey preferable, including a non-skid deck coating, prior to delivery. (8) The hull of the barge shall be constructed of 1/4" steel or aluminum, minimum. (9) The barge shall have a continuous extruded rubber rub rail (4.5"w x 3.75"h) on port, starboard and stern centered at 10" below the top of deck surface. (10) The barge shall have 12" tie-down cleats installed port and starboard, bow and stern (centered on 10" from edge and 3' from bow and stern) on the assembled barge and two intermediary cleats, evenly spaced, between the bow and stern cleats on both port and starboard sides. All cleats shall be through-bolted with " to " stiffener plates. (11) It is preferred that oval access hatches to below-deck barge cavities be installed, preferably located around the perimeter of the barge sections centered at approximately 20" from edges.(12) The deck of the barge shall be reinforced with a design approved by a marine architect to accommodate the installation of the knuckleboom crane (see #13). (13) The barge vendor shall provide basic plans with offer, subject to review by NPS, for installation of knuckleboom crane (described below) on the deck. After specific crane details are provided by NPS, barge vendor shall provide an engineer-stamped drawing for exact deck reinforcement and installation. (14) NPS prefers a crane mount location approximately 6'-10' back from the bow and to the starboard side of the center seam, as close to the seam as possible, between the barge sections. This request is subject to marine engineer approval.(15) Barge vendor shall deliver, assemble, and launch sectional barge, with crane installed, on Lake Chelan at Old Mill Park located in Manson, WA (see Delivery below) ITEM 2, KNUCKLEBOOM CRANE: Offeror shall provide an articulating crane with a lifting capacity of approximately 2,000 lbs at full extension, approximately 32'-40'. The boom/articulating crane shall be suitable for marine applications (deck mount. no outriggers), in accordance with the following detailed specifications. The Government will consider any offers of new, reconditioned, or used cranes which will conform to the specifications below. The crane shall comply with standard inspection requirements and current engineering practices of the industry relative to design, strength, quality of material and workmanship. (16)Knuckleboom crane: Contractor shall provide a crane meeting these specifications:footprint: height in folded position: 7'-8'; width in folded position: 7'-8';weight: maximum 5,000 lbs.;maximum extension: 36';lifting capacity at 36': minimum 2,000 lbs.; andslewing angle: minimum 400 degrees.(17)Hydraulic controls: Contractor shall provide stand-up platform attached to crane pedestal or remote radio control with 6-function control valve (swing, telescope, main lift, knuckle lift, rotator, and open/close grapple) attached to console. Contractor shall provide hydraulic tank meeting mfrs required hydraulic fluid capacity in gallons/liters suitable for barge deck mount. Tank will be painted with a weather resistant, exterior paint suitable for a marine environment.(18)Power pack: Contractor shall provide self-contained gasoline power pack with minimum 25hp gasoline engine, tank, hydraulic pump, and marine battery encased in rectangular tube frame.(19)Grapple system: Contractor shall provide abrasion-resistant, butt-type grapple with 20" closing and 62" opening dimensions; 6-ton continuous rotator with link, installed; and lifting capacity of 3,500 lbs..(20)Grapple hydraulics: Contractor shall provide dual, retractable hose reels with twin hoses to 36'-40', hydraulic valve, and toggle switch installed.(21)Crane base: Fixed deck mount per marine architect design.(22)Delivery: National Park Service will arrange for transport of crane.(23)Notification: Contractor shall provide at least 15 days notice prior to proposed pick-up date.(24)Assembly: Crane shall be fully functional and ready for installation on barge deck. ITEM 3, OPTION FOR CRANE INSTALLATION ON BARGEIf the crane is purchased from a different vendor than the barge, and the barge vendor is capable of crane installation, then NPS may opt to have the barge vendor mount the crane. This option may be unilaterally exercised by NPS within 30 days after award. In this case, NPS will have the crane shipped to the barge vendor for installation after detailed plans are approved by NPS. If a separate vendor will be used for crane installation, then NPS and barge vendor will coordinate delivery of items to that vendor. Barge vendor will remain responsible for final delivery on Lake Chelan. INSPECTION AND ACCEPTANCEBarge: NPS will inspect the barge at delivery site prior to launch. Crane: Depending on location of crane, NPS may elect to inspect this item prior to delivery to installer. If not, then inspection may be performed by installer, or by NPS upon delivery at launch site.Crane Installation: Depending on location of installer, inspection may be performed at installer's shop. If not, then installation will be inspected at delivery site prior to launch. Acceptance of all items will be in writing from the Contracting Officer. DELIVERYDelivery address is State Hwy 150, Manson, WA at Old Mill Park. Old Mill Park is a Chelan County administered public boat launch, located approximately eight miles north of Chelan on the SE shore of Lake Chelan (detailed directions provided on award). Due to tourist and boat traffic, we prefer delivery to occur on a Tuesday, Wednesday, or Thursday. Vendor will be responsible for assessing suitability of delivery site (photos of site available on request). Old Mill Park provides an ample, flat parking area for assembly of barge. Upon assembly, launch is in a straight line within 100'of assembly. Of the three available launches, vendor will launch in the 24'-wide site. Within 15 days after award, vendor shall provide detailed delivery plans, including launch plan, length of trucks, and additional equipment needed for unloading barge and crane. Vendor will do everything possible to minimize impact on public facility from trucks and equipment. Notify Jeff Weyand at least two weeks prior to expected delivery date (360/854-7274 or jeffrey_a_weyand@nps.gov). Delivery shall occur within 90 days of contract award. Note earliest possible delivery timeframe (e.g. 30 days after award) in your offer for each item. PRICE SCHEDULESubmit offer for all pertinent items, noting any discounts or special pricing. The government reserves the right to make multiple awards but prefers to award to a single offeror who can provide all items. Item 1: Barge, 1 each, lump sum. Item 1a: Delivery of barge to Chelan WA, lump sum. Item 2: Crane, 1 each, lump sum. Item 2a: Delivery of crane to installer - price to be negotiated after delivery location is determined.Item 3: Option for installation of crane on barge, lump sum. Item 4: Discount if both barge and crane are purchased from one offeror (if applicable). EVALUATION FACTORSOffers received by the Government will be evaluated according to the following criteria, listed in descending order of importance. Technical and past performance, when combined, are less important than price. NPS will select the offer(s) that represent the best overall value to the government.1)PRICE.2)TECHNICAL: How well the product matches the Park's requirements and the condition of the item, if used or reconditioned. 3)PERFORMANCE: Performance records of both the offering vendors and the products. PROPOSAL SUBMITTALSInclude the following documents or information with your offer:BARGE:1)Manufacturer's cut sheet and/or plans/drawings of offered barge, including suggested generic framing for supporting crane. 2)Previous history of barge, if offering a used or reconditioned unit. Include manufacturer, age, previous owner(s) contact info, and photos.3)Approximate timeframe for accomplishing awarded items.4)Location of shop where crane installation will occur.5)Details of any offered warranty.6)Basic launch plan, to include brief description of delivery, assembly, and launch methods. This basic plan will be used in evaluating offers; successful offeror will provide more detailed plan as described in Delivery section. CRANE:7)Manufacturer's cut sheet for offered crane, including suggested mounting instructions/requirements for barge deck. 8)Previous history of crane, if offering a used or reconditioned unit. Include age, previous owner(s) contact info, and photos.9)Details of any offered warranty.10)Earliest possible delivery date.BOTH:11)References for your business, highlighting contacts who have purchased similar equipment. The deadline for receipt of quotes is April 21, at 4:30 pm. Offers shall be signed by an official authorized to bind your organization. Offers may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum:1.Completed price schedule;2.A statement indicating if you prefer payment by MasterCard or direct deposit (net 30 days);3.Prompt payment and warranty terms; 4.Contractor remittance address, DUNS number, and federal tax identification number;5.Name, phone number, and address of your point of contact; 6.Signature of official authorized to bind your organization; 7.A completed copy of FAR 52.212-3 if you haven't yet completed the ORCA record; and8.The proposal submittals identified above.Submit two (2) complete proposals to: U.S. Department of Interior, North Cascades NPS Complex, Attn: Sarah Welch, 7280 Ranger Station Road, Marblemount WA 98267. Note that FedEx does not deliver to this address; use UPS or postal service. E-mailed and faxed offers will not be accepted. INSTRUCTIONS TO OFFERORSQuestions regarding this solicitation must be submitted in writing to sarah_welch@nps.gov. Answers will be provided in writing to the requester (if the answer is within the RFQ already) or provided by amendment(s) to the solicitation. The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov (search for Q9471091018). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. Prior to submission of an offer, the offeror must:1.Maintain a current profile in the Central Contractor Registration database (www.ccr.gov); 2.Have filed the required reports for veterans employment (http://vets100.com), if the value of the contract will exceed $100,000; and3.Have completed the online submission of annual representations and certifications (https://orca.bpn.gov/). CLAUSESOfferors must review and comply with the FAR provisions/clauses listed below. These clauses can be viewed at http://www.arnet.gov/far. 1.FAR 52.212-1, Instructions to Offerors - Commercial Items; 2.FAR 52.212-2, Evaluation - Commercial Items; 3.FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 4.FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by number 2, 6, 16, 17, 18, 19, 20, 21, 22, 23, 24, 27, 29, 37, and 39.5.FAR 52.217-4, Evaluation of Options Exercised at Time of Contract Award.6.FAR 52.217-7, Option for Increased Quantity-Separately Priced Line Item. The option may be exercised within 21 days after contract award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=11799a0440723f460e0f5995e49a7d38&tab=core&_cview=1)
 
Place of Performance
Address: deliver to Chelan WA 98816<br />
Zip Code: 98267<br />
 
Record
SN01776311-W 20090326/090324220210-11799a0440723f460e0f5995e49a7d38 (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.