SOLICITATION NOTICE
20 -- Marine Grade CDT Winch
- Notice Date
- 8/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
- ZIP Code
- 23510
- Solicitation Number
- EA133M-09-RQ-0995
- Archive Date
- 9/3/2009
- Point of Contact
- Carol M. Anton, Phone: 757-441-6573, Christine Jeffries, Phone: 757-441-6894
- E-Mail Address
-
Carol.M.Anton@noaa.gov, christine.jeffries@noaa.gov
(Carol.M.Anton@noaa.gov, christine.jeffries@noaa.gov)
- 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; quotes are being requested and a written solicitation will not be issued. This solicitation is reserved exclusively for small business concerns. The Request for Quotations (RFQ) number is EA133M-09-RQ-0995, and it incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-35. The applicable North American Industrial Classification System (NAICS) code is 333923, Overhead Traveling Crane, Hoist and Monorail System Manufacturing, which has a corresponding size standard of 500 employees. The following line items apply: BASE QUOTE Item 0001: Marine Grade CTD Winch, 1 EA $_____________ Item 0002: ODCs for Installation, Review, Testing and Commissioning, 1 LOT NTE $5,000.00. TOTAL BASE QUOTE (0001 - 0002): $__________________ OPTION ITEMS Item 0003: Recommended Spare Parts, 1 SE $____________ Item 0004: Furnish and install 2000 m of 8.2 mm EM cable, pressure lubricated and installed under tension using the level wind, 1 JB $_____________ TOTAL OPTION ITEMS (0003 - 0004): $__________________ TOTAL ALL ITEMS (BASE QUOTE AND OPTION ITEMS): $___________________ Marine Grade CDT Winch must meet the following salient physical, functional, or performance characteristics: Dimensions: Winch envelope shall be no more than 1320 mm wide x 1130 mm deep x 800 mm high. Cable to pay out perpendicular to the width. Drive System: 1. Electric System: 460VAC, 3 phase, 60HZ. 2. Electric motor: 7.5 HP, totally enclosed, inverter duty. 3. Main Drive: planetary reduction with oil bath. 4. Winch Drive: Panel to be mounted remotely. 5. Fail Safe Braking System. Construction: 1. All welded steel construction with stainless steel hardware. 2. Steel surfaces shall be grit blasted to near white. 3. Preservation shall be powder coat or one coat of inorganic zinc primer and two coats of polyamide-epoxy. One top coat polyurethane. Top coat color shall be black. 4. All fittings shall be manufactured of corrosion resistant material. 5. Junction boxes shall be manufactured of corrosion resistant materials. Braking System: 1. A fail safe brake incorporated into the hydraulic drive system. 2. A manually applied braking system with a stainless steel brake band and fasteners. Bearings: All bearings shall be sealed and self-aligning ball bearing type. Wire Drum: 1. Removable with non conductive Lebus Grooved Drum Shell. 2. Cable capacity shall be 2,000 meters of 8.2mm diameter EM wire rope with an additional 50 mm of clear flange. 3. Design to accept a CTD slip-ring assembly. Controls: 1. One local panel, one remote, and one pendant controller. a. The local and remote panel controllers shall have a self-centering, single lever, "Joy-stick" type electrical controller with infinite variable speed control. b. Each panel controller shall have an emergency stop, station active, and fault indicators shall be mounted on each panel controller. c. A station selector switch shall be mounted on the local panel controller in the console box. The switch shall be labeled "Local," "Aft Control Station," and "Pendant." d. Provide an aluminum pedestal and console box for mounting the local panel controller. The console box shall be sized to accept the panel controller for this winch and a second winch with similar panel controller. In addition, the console box shall have an SS Burton connector receptacle connection with a captured watertight cap for connecting the pendant controller. e. Manual level wind override on the unit. f. 12 meter pendant controller with an SS Burton connector plug connection with captured watertight cap. Performance: a. Minimum deck lifting capacity: 950 kg. b. Minimum live load capacity, creep to 60 Hz: 940 kg. c. Minimum live load capacity at 84 Hz: 630 kg. d. Cable speed for creep to 60 Hz: up to 32 meter per minute. e. Cable speed for 84 Hz: up to 44 meters per minute. Level Wind: Stainless steel diamond cut screw with brass/bronze shuttle configured for 8.2 mm diameter wire rope with adjustable clutch and hand wheel. CTD Slip Ring: Provide two (2) channel slip ring assemblies. The assembly shall be upgraded with a SUBCONN Mate-able Underwater Electrical connector, standard circuit series, no more than 2 x BH2M bulkhead type with locking sleeves. No more than 2 x OM2Finline cable, 60 cm leads with locking sleeves supplied loose. Handling: Provide four point lifting eyes and forklift access holes. Foundation: Unit shall be designed to bolt to an existing foundation. Testing: The Vendor shall be responsible for providing the technicians and test tools for commissioning and shipboard tests of the CTD winch. The Government anticipates a 2-day period of performance for installation. Deliverables: After commencement of the contract, the Contractor shall prepare, collate, bind, and reproduce for the Ship Service Diesel Generator's (SSDG) four (4) original sets of instruction manuals in Microsoft Word or Acrobat on CD-ROM and four (4) sets of all standard drawings. The use of generalized manuals not specific to the pertinent model is not acceptable. All drawings shall be in AutoCAD Version 2006 with optical copies provided on CD-ROM. The instruction manuals and drawings shall be delivered prior to shipboard testing. The manuals shall contain complete installation, operating, maintenance, troubleshooting, and repair instructions, including a parts list in sufficient detail for the operating personnel to operate, maintain, and repair the equipment. The manuals shall include assembly plans, complete drawings with all dimensions included, diagrams, sections, and schematics in order to identify the various parts of the assembly. The manuals shall also include complete and clear documentation of periodic or planned maintenance requirements. Maintenance instructions shall be listed in tabular form and shall include a recommended time interval for performing each maintenance task. The parts list shall be complete, with parts described in sufficient detail so that required repair parts can be easily identified and ordered by operating personnel. Include an additional list of recommended spare parts for a one-year period. The delivery of all instruction manuals and drawings is required F.O.B Destination on or before January 1, 2010 to: National Oceanic and Atmospheric Administration Office of Marine and Aviation Operations/Marine Operations Center Atlantic 439 West York Street Norfolk, VA 23510 The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008), applies to this acquisition and the following apply as ADDENDA: This is a Request for Quotes (RFQ), not a Request for Proposals. As such, the correct terminology to identify responding contractors to this solicitation is "vendor" not "offeror," and the correct terminology when identifying the contractor's response to this solicitation is "quote" not "offer". Contractors are therefore notified with regard to this particular solicitation that use of the words "offeror" and "offer" are deemed synonymous with "vendor" and "quote." Quotes are due at 12:00 PM Eastern Daylight Time (EDT) on Thursday, August 19, 2009; late quotes will not be considered. Any questions regarding this solicitation must be sent electronically to Carol Anton at Carol.M.Anton@noaa.gov before 4:00 PM EDT on August 13, 2009. Quotes may be submitted electronically via e-mail or fax to 757-664-3653. ALL CONTRACTORS must be actively registered in the Central Contractor Registration (CCR) database to be considered for an award of a Federal contract. For information regarding registration in the CCR database, contact the CCR at www.ccr.gov. Vendors are asked to provide their data universal numbering system (DUNS) number, as issued by Dunn and Bradstreet, along with their quotes. SUBMISSION REQUIREMENTS The Vendor's quote shall include sufficient product and/or descriptive literature and all costs associated with the installation, review, testing, and commissioning. The potential commissioning sites are Norfolk, VA; New Castle, NH; and Pascagoula, MS. Vendors shall provide a copy of their standard commercial warranty and an itemized list of recommended spare parts to cover a one-year period. In accordance with FAR ) 52.212-1, Vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (JUL 2009) with its quote. [An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision.] Vendors may obtain the full text of FAR provisions and clauses at http://www.arnet.gov/far. The provision at 52.212-2, Evaluation-Commercial Items (JAN 1999) applies. NOAA will select the Vendor's quote that represents the lowest-priced technically acceptable CTD winch. The following additional terms and conditions will apply to any order resulting from this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAR 2009) applies to this acquisition, and the following apply as ADDENDA: CAR 1352.201-70, Contracting Officer's Authority (MAR 2000) CAR 1352.208-70, Printing (MAR 2000) CAR 1352.209-73, Compliance with the Laws (MAR 2000) CAR 1352.216-70, Contract Type (MAR 2000) with the following fill-in: Fixed Price CAR 1352.233-70, Harmless from Liability (MAR 2000) CAR 1352.252-71, Regulatory Notice (MAR 2000) CAR 1352.215-73, Inquiries (MAR 2000) CAR 1352.233-71, Service of Protests (MAR 2000) with the following fill-in: U.S. Department of Commerce, NOAA, Eastern Region Acquisition Division, ATTN: Carol Anton, 200 Granby Street, Suite 815, Norfolk, VA 23510, and U.S. Department of Commerce, Office of the General Counsel, Contract Law Division Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, Washington, D.C., 20230, ATTN: Mark Langstein, Esquire. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUN 2009), applies to this acquisition; the following FAR clauses cited within paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (MAR 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (JUN 2009) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) No other terms and conditions apply.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M-09-RQ-0995/listing.html)
- Place of Performance
- Address: National Oceanic and Atmospheric Administration, Office of Marine and Aviation Operations/Marine Operations Center Atlantic, 439 West York Street, Norfolk, Virginia, 23510, United States
- Zip Code: 23510
- Zip Code: 23510
- Record
- SN01898497-W 20090806/090805000000-dfd1bec6bfdf0d12e1ce6a66ff0c4800 (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 |