SOLICITATION NOTICE
J -- Repair of American Model 9750 Crane at James River RRF
- Notice Date
- 7/20/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTMA-93-Q-2011-0023
- Archive Date
- 8/24/2011
- Point of Contact
- Aline Smith, Phone: 5045896585
- E-Mail Address
-
aline.smith@dot.gov
(aline.smith@dot.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. The solicitation is issued as a request for quotation (RFQ) under solicitation number DTMA-93-Q-2011-0023. This requirement is a small business set aside and the NAICS code is 811310. The Department of Transportation (DOT) Maritime Administration (MARAD) James River (RRF) intends to procure the access and repair of American Model 9750 Crane, Serial Number G513730, 60 ton crane to full working condition in accordance with the American Model 9750 Service Manual. STATEMENT OF WORK American Model 9750 Crane Repair James River Reserve Fleet Joint Base Langley Eustis (JBLE), Fort Eustis, Virginia 1.0 SCOPE 1.1 Contractor shall provide all labor, material, equipment and supervision to access and repair American Model 9750 Crane, Serial Number G513730, 60 ton crane to full working condition in accordance with the American Model 9750 Service Manual. 1.2 This work will be performed at the James River Reserve Fleet (JRRF) facility. Additional crane service during installation of the American Crane boom will be provided by the Government and coordinated with the Contractor. 2.0 REFERENCES 2.1 Service Manual - American Model 9750 3.0 TECHNICAL REQUIREMENTS - General 3.1 All work shall be performed in accordance with References 2.1 and as specified in this Statement of Work (SOW) 3.2 All material that is replaced in the performance of this specification shall be new and provided by the Original Equipment Manufacturer (OEM) or equivalent. No material shall be provided by the secondary market without prior approval of the Contracting Officer's Technical Representative (COTR). 4.0 TECHNICAL REQUIREMENTS - Specific 4.1 Contractor will reassemble crane with Government furnished boom sections, head sections, wire rope, hook block, walk way, boom stops and pendants. 4.2 Contractor will perform an inspection on all boom mounts and connections to ensure that the same are in satisfactory and in sound condition. 4.3 Contractor will provide and install a new load sensing indicator (LSI). The LSI should have a cabin mounted radio display and compatible crane mounted sensors. Hoist load, boom and jib angles, boom length, wind speed and pending two-block can be detected and then indicated to the operator in real time. It should be capable of providing calculated work load radius which can be compared to programmed rated capacity chart. It should also be capable of being programmed to generate warnings and lockout commands; all triggered by adjustable thresholds and limits. All these events should be recorded by a data logger with a time and date stamp with a USB port to facilitate software and chart updates and data logger downloads using a USB mass storage devise (USB key). 4.4 Contractor will program the LSI with the crane manufacturer's calculations and ensure through testing that the system is accurate wit with 2% of the actual weight. The Contractor will provide training at the JRRF in the operations of the LSI. 4.5 The Contractor will repair crack in crane on left side rail (frame) of crane body just forward of the boom hoist friction drum. All welding repairs will be done to American Crane Corporation standards. 5.0 LOAD TESTING 5.1 The Contractor will load test the crane to OSHA standards. 5.2 The Contractor will provide an accurate load chart that indicates the maximum load at various lifting radii and boom angles. 6.0 DELIVERY 6.1 Work must be completed no later than 30 days after award. 1. CLAUSES/TERMS: The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.223-18 Contractor Policy to Ban Text Messaging While Driving, 52.211-8 Time of Delivery (JUN 1997), 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), 52.212-2, Evaluation-Commercial Items (JAN 1999). 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2009). 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. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation including the NAICS code referenced for this solicitation, as of the date of this offer and are incorporated in this offer by reference; 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009) and 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (APR 2009), 52.217-8 Option to Extend Services (NOV 1999, 52.237-2 Protection of Government Building, Equipment and Vegetation (APR 1984), 52.242-15 Stop-Work Order (AUG 1989), 52.246-4 Inspection of Services-Fixed Price (AUG 1996), 52.249-1 Termination for Convenience of the Government Fixed-Price (APR 1984); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference: 52.203-06 Restrictions On Subcontractor Sales to the Government (SEPT 2006), 52.222-3, Convict Labor (JUN 2003), 52.222-26, Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.222-41 Service Contract Act of 1965 (NOV 2007). Parties responding to this solicitation may submit their quotation in accordance with their standard commercial practice (e.g. company letterhead, formal quote form etc.) but MUST include the following information: 1) Complete company name, mailing and remittance addresses, 2) Prompt payment terms, 3) Delivery schedule, 4) Taxpayer ID number, 5) Duns# and Cage Code and 6) Delivery Schedule. Responses to this Request for Quotation (RFQ) should be directed to the Department of Transportation via email to aline.smith@dot.gov or fax to 504-589-6593 no later than 09 August 2011 by 05:00 p.m. local time. Any questions must be received by 5 August 2011. Reference: DTMA-93-Q-2011-0023 on your RFQ. Award will be fixed price. Award will be made to the lowest priced responsible offeror submitting a quote which conforms to this RFQ. IN ORDER TO RECEIVE AN AWARD, YOU MUST BE REGISTERED IN CCR AND YOUR ACCOUNT MUST BE ACTIVE. TO REGISTER, GO TO WWW.CCR.GOV.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/DTMA-93-Q-2011-0023/listing.html)
- Place of Performance
- Address: James River Reserve Fleet, Joint Base Langley Eustis (JBLE), Fort Eustis, Virginia, United States
- Record
- SN02505518-W 20110722/110721004709-135ec68aff8beb2fd816aa82bf483e28 (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 |