Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2011 FBO #3562
SOLICITATION NOTICE

17 -- 15 TON CRANE

Notice Date
8/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-11-Q-500080
 
Archive Date
9/17/2011
 
Point of Contact
Linda J. Stulick, Phone: (252)335-6204, Belinda T. Watkins, Phone: 2523356541
 
E-Mail Address
Linda.J.Stulick@uscg.mil, belinda.t.watkins@uscg.mil
(Linda.J.Stulick@uscg.mil, belinda.t.watkins@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities 1. Action Code: K 2. Send to Fed Biz Ops: Yes 3. Date: 23 August 2011 4. Classification Code: 333111 5. Contracting Office Address: USCG Aviation Logistics Center ESD Procurement 1664 Weeksville Road Elizabeth City, North Carolina 27909-5001 6. Title: 15 TON CRANE 7. Response Date: 2 September 2011 8. Primary Point of Contact: Linda Stulick 9. Secondary Point of Contact: Belinda Watkins 10. Solicitation Number: HSCG38-11-Q-500080 11. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. Solicitation number HSCG38-11-Q-500080 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The applicable North American Industry Classification Standard Code is 333111. The small business size standard is 500 employees. This is an unrestricted solicitation. All responsible sources may submit a quotation which shall be considered by the agency. The USCG plans to issue a firm fixed price purchase order for the purchase of: Part # YB 5515 15 TON CRANE Quantity: 1 Each Part # V10 ENCLOSED CAB Quantity 1 Each See attached Equipment Purchase Description F.O.B. Destination is requested as the F.O.B. point for the Deliverables. All offers will be considered F.O.B. Destination unless F.O.B. origin is specified AND shipping costs are included. It is the government's desire to have the 15 ton crane direct shipped to the address listed below. Deliver to: USCG Air Station Borinquen Aquadilla, PR 00604 If offerors are unable to direct ship to above mentioned address, please provide quotes to be shipped to Elizabeth City, NC. NO DRAWINGS ARE AVAILABLE FROM THIS AGENCY. The following FAR provisions and clauses apply to this RFQ and are incorporated by reference: 52.252-2 Clauses Incorporated by Reference Feb 1998 This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also the full text of the clause may be accessed electronically at Internet address http://acquisition.gov/far/index.html. 52.212-1 Instructions to Offerors - Commercial Items Jun 2008 52.212-2 Evaluation-Commercial Items Jan 1999 The provision at FAR 52.212-2 Evaluation of Commercial Items is not applicable to this solicitation. In lieu of this provision, quotes will be evaluated based on the criteria listed below. In lieu of this provision, quotes will be evaluated in accordance with the evaluation procedures in FAR 13.106-2. Award will be made to the offeror representing the best value to the government. Technical Capability: Technical capability will be evaluated on the ability of the offeror to provide the required items or approved alternates that satisfy all form, fit and function requirements of the original parts and conform to the approved configurations. The Offeror of an alternate part must submit data that adequately demonstrates that its product meets or exceeds the requirements of the solicitation in accordance with the clause at FAR 52.246-15, Certificate of Conformance. A general statement of compliance or restatement of the requirements is insufficient. An offeror must clearly identify in writing they are providing an alternate part by annotating it on their quote. Offerors who are providing an alternate part shall include in their quote descriptive literature or description literatures such as illustrations, drawings, or a clear reference, such as a web site to information readily available to the Contracting Officer. Delivery: Offerors that can meet the government's required delivery date will be rated higher than offers that are unable to deliver on time. Offerors that can deliver sooner than the government's required delivery date will be rated the highest. Price: The offeror shall provide firm fixed pricing for the requested items. If offeror proposes F.O.B. Origin, the quote must also include estimated shipping costs for each line item. The shipping costs will be used in evaluation of price to arrive at a total cost to the government. 52.212-3 Offeror Representations and Certifications-Commercial Items May 2011 X Alternate I of 52.212-3. Apr 2011 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. (End of Provision) 52.212-4 Contract Terms and Conditions Commercial Items Jun 2010 52.212-5 Contract Terms and Conditions Required to Implement Aug 2011 Statutes or Executive Orders-Commercial Items. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). __ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101note). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note) (9) 52.219-4, Notice of Price Evaluation for HUBZone Small Business Concerns (Jan 2011) (11) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (28) 52.222, Equal Opportunity for Veterans (Sep 2010) (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (30)52.222-37, Employment Reports on Veterans (Sep 2010) (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (37) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (38) 52.225-3, Buy American Act -- Free Trade Agreements--Israeli Trade Act (Jun 2009) (40) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.211-14 Notice of Priority Rating for National Defense, Apr 2008 Emergency Preparedness and Energy Program Use Any contract awarded as a result of this solicitation will be [ ] DX rated order; [X] DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. [Contracting Officer check appropriate box.] (End of Provision) 52.246-15 Certificate of Conformance Apr 1984 52.247-34 F.O.B. Destination Nov 1991 Closing date and time for receipt of offers is 2 Sept 2011. Anticipated award date is on or about 15 Sept 2011. E-mail quotes are preferred and may be sent to linda.j.stulick@uscg.mil, at 252-335-6204 or alternate Belinda.t.watkins@uscg.mil, at 252-335-6541. Please indicate HSCG38-11-Q-500080 in subject line. Quotes may also be faxed to 252-334-5242, or mailed to the following address: USCG ALC 1664 Weeksville Road ESD Building 78, HSCG38-11-Q-500080 Attn: Linda Stulick Elizabeth City, NC 27909 1. Scope. This purchase description describes the specifications of a mobile industrial crane used to remove and install aircraft powerplant assemblies in hangars on and around ramps and flight line areas at shore installations. 1.1 Description. The crane shall lift the aircraft powerplant assemblies and shall also be designed to accommodate the attachment of a personnel bucket in order to facilitate empennage maintenance on aircraft. This dual purpose requirement is further defined under Hoist Specifications. 2. Specifications, General. The crane shall conform to all current applicable specifications and standards recognized in the commercial industry for the manufacture of mobile industrial cranes. 3. Requirements. 3.1 Design and Construction. General design features shall be the manufacturer's responsibility to recognize and comply with all codes and standards applicable to the design and construction of this type of equipment which are generally accepted and used as good practices in the industry. 3.2 Mechanical Design. In determining the design factor of safety, weld efficiencies as designated by the American Welding Society or applicable design codes shall be included in determination of the factor of safety for welded joints. The stress levels for design shall be based on the total of structural weight plus maximum carried load. 3.3 Materials, Parts, and Processes. All materials and components assembled or fabricated to the equipment shall be new and unused, of high grade quality, of current production, and free from defects or imperfections which might affect the serviceability or appearance of the finished product. 3.4 Corrosion Protection. Suitable and adequate corrosion protection shall be applied to the equipment prior to painting. 3.5 Transportability. 3.5.1 Air Transportability. The crane shall be air transportable in U.S. Coast Guard C-130H and C-130J model aircraft without the removal of any components. The crane shall drive on and off for air transportability. 3.5.2 Surface Transportability. The crane shall be capable of being transported by commercial trailers, trains, and marine vessels. The crane shall be capable of withstanding the impact forces encountered in shipment, without damage or permanent deformation. 3.5.3 Highway transportability. The crane, when loaded on a semi-tractor/trailer, shall be within the highway permit limits of all states. 3.5.4 Tie-down Provisions. The crane shall be equipped with tie-down provisions. The tie-down provisions shall satisfactorily secure the crane to the floor of the transportation media without weld failure, permanent deformation, cracking, loosening, or breaking of the tiedown or it's connecting structural components. 3.6 Hoist Specifications. 3.6.1 Lift Capacity. The crane shall have a minimum lifting capacity of 5,000 lbs over the front, on outriggers, at an operating radius of 21 feet from the axis of rotation and at a boom extension of 32 feet. 3.6.2 Reach. The minimum reach of the crane shall be 39 feet at a boom angle of 60 degrees. This reach will facilitate empennage maintenance with the attachment of a personnel basket. 3.6.3 Hook. The hook shall be equipped with a latch, unless the application makes the use of a latch impractical. When provided, the latch shall bridge the throat opening of the hook for the purpose of retaining slings or other lifting devices under slack conditions. 3.7 Boom Attachment. 3.7.1 Personnel Basket (Platform). The crane shall be designed to accommodate the installation of a personnel basket (platform) and shall meet all applicable design criteria and specifications to facilitate this installation. 3.8 Anti two-blocking device. The crane shall be equipped with an anti two-blocking device to prevent the "headache ball" from hitting the sheave. The device, when activated, shall provide an audible warning to the operator and disengage all crane functions whose movement can cause two-blocking. 3.9 Swing. The crane shall be able to rotate 360 degrees in either direction. 3.10 Rated Capacity Limiter. The crane shall be fitted with a rated capacity limiter system to warn the operator with visual and audible signals when the load capacity is exceeded and will stop boom functions if the load exceeds parameters. 3.11 Engine. The crane shall be fitted with a diesel engine. The engine shall be of sufficient power to satisfy all crane operations. 3.12 Transmission: The transmission shall be an automatic and capable of forward and reverse movement. 3.13 Fuel Tank. The fuel tank shall be vented to allow for air transport. 3.14 Brakes. The crane shall be equipped with hydraulic actuated service brakes acting on all four wheels. The crane shall also be equipped with a parking brake. 3.15 Brake and Clutch Protection. Dry friction brakes and clutches shall be protected against rain and other liquids such as oils and lubricants. 3.16 Outriggers: The crane shall be equipped with hydraulically operated outriggers. 3.17 Exhaust Gases: Engine exhaust gases shall be discharged in a direction away from the operator. Exhaust pipes shall be guarded or insulated to prevent contact with personnel. 3.18 Tires / Wheels. The tires shall be pneumatic and of the correct size and load ply safety rating. One-piece automotive type rims are preferred over split-rims. If split rim wheels are used, they shall have the bolt heads on the outside of the rim. The bolts and nuts securing the split rims together shall be painted bright red. A warning placard shall be placed in the immediate vicinity of all wheel wells warning that the red hardware is not to be loosened or removed when the tire is inflated, as personnel injury and equipment damage may occur. 3.19 Steering. The steering shall be front wheel and/or incorporate crab-steering, be hydraulic power-assisted and controlled from the left hand side of the crane. The steering shall require minimum steering effort, ensuring excellent maneuverability and operational efficiency. 3.20 Seating. The crane shall be equipped with an operator's seat positioned on the left-hand side of the crane in an automotive arrangement. 3.21 Operator's Compartment. 3.21.1 Steering. The steering wheel, pedals and controls shall be in an automotive arrangement for comfort and operational efficiency. 3.21.2 Instrument Panel. The instrument panel shall be a standard commercial installation. 3.21.3 Gauges. All operator's compartment components including gauges, switches, relays, wiring, terminals, levers, lights, associated connectors and electrical components shall be of a rugged, weatherproof design protected from rain, ice and snow accumulation or protected by weatherproof enclosures. 3.21.4 Operator's Floor. The operator's compartment floor and any surfaces tread upon to access this compartment shall be coated with a anti-skid treatment. 3.21.5 Instruction Plates / Placards. Instruction plates shall contain clear concise instructions for the operation of all controls. Controls shall be identified with permanently affixed non-fading placards. The instruction plates shall be in sharp color contrast with large letters or pictograms easily read from the operator's position. The instructions shall indicate the control function and direction of motion. Labels and placards shall be of such material and attached by such means that they will withstand exposure to weather, oil, cleaning solvents, aircraft hydraulic fluids, fuel residue, and other effects of normal operation for the life of the equipment without deterioration, fading, or loosening. A metal nameplate shall be riveted to the equipment specifying the manufacturer's name, manufacturer's part or model number, manufacturer's serial number, and date of manufacture. 3.21.6 Transportation Data Plate. A transportation data plate shall be provided, with the following minimum information: 1. Center of gravity 2. Shipping weight 3.22 Operators Cab. 3.22.1 Cab Door / Glass. The crane shall be equipped with a detachable weatherproofed operators cab with a door. The door may have a sliding glass window that can be opened to improve ventilation. All windows in the cab shall be safety glass, or equivalent, that introduces no visible distortion which may interfere with the safe operation of the crane. 3.22.2 Cab Door Latch. The cab door shall be restrained from inadvertently opening or closing while traveling or operating the crane. The door adjacent the operator shall be the swinging type that opens outward. 3.22.3 Cab Heater & Defroster. The cab shall be equipped with a heater and defroster. 3.22.4 Cab Windshield & Wiper(s). The cab shall be equipped with a windshield incorporating a powered windshield wiper(s). 3.22.5. Fire Extinguisher. The crane shall be equipped with a fire extinguisher that is securely mounted to either the operator's cab or an easily accessible location on the crane. The fire extinguisher shall have a rating of 5BC. 3.23 Safety. 3.23.1 Safety. The manufacturer shall ensure that the crane contains all the safety features required to protect the equipment, the operator, the load and the aircraft, in accordance with all generally accepted good design practices for cranes and ground support equipment as required by industry standards. 3.23.2 Seat Belt. The operators seat position shall be equipped with a seat belt. 3.24 Platforms. Principal walking surfaces (platforms) shall be of a skid-resistant type or shall be coated with an anti-skid treatment. 3.25 Guards / Decals. Suitable guards shall be provided for all moving parts located where operating personnel may make accidental contact with them. Exposed moving parts such as gears, set screws, projecting keys, chains, chain sprockets, and reciprocating or rotating parts that might constitute a hazard under normal operating conditions shall be guarded. Warning decals shall be added where applicable. 3.26 Chassis. The chassis shall be designed to achieve maximum strength and rigidity, provide protection for all components and provide ease of access for servicing and maintenance. 3.27 Paint / Corrosion Protection. The crane shall be primed and painted to meet best commercial practices. Paint application shall be of sufficient thickness to maximize corrosion protection. The coatings shall primarily protect the equipment against corrosion during use in a marine environment. 3.28 Braking. The crane brake system shall be four wheel hydraulically actuated disc or drum type brakes, one per wheel. This hydraulic four-wheel brake system shall incorporate one master cylinder. 3.29 Environmental. The crane shall be designed and equipped to start easily and operate satisfactorily at all temperatures after exposure to heat, rain, snow, or sleet in a marine environment. Components shall be protected from mechanical, electrical and corrosion damage and impairment of operation due to environmental conditions. 3.30 Lighting. The crane shall have headlights, tail lights and stop lights. Taillights and stoplights (brake lights) functions shall be configured similar to an automotive type. 3.31 Battery Compartment. The battery compartment shall be designed to be self-draining in the event of water or electrolyte spillage into the compartment. It shall also contain battery hold-downs to secure the battery. 3.32 Identification and Marking of Tanks / Caps 3.32.1 Fluid Tanks. The contents of all fluid tanks shall be legibly identified and marked. 3.33 Prohibited Materials 3.33.1 Magnesium. Magnesium shall not be used in the construction of the crane. 3.33.2 Asbestos. Asbestos material shall not be used in the construction of the crane. 3.34 Manuals / Publications. A technical manual on a CD shall be provided and shall include general crane information and technical description, receiving / handling / installation and storage instructions, initial startup and proper operation, maintenance and troubleshooting, and an illustrated parts breakdown. The illustrated parts breakdown shall list the part numbers for contractor manufactured parts, plus any sub-contractor's proprietary part numbers for purchased sub-level components and whole components. The offeror/contractor shall provide a copy of the technical manual with each crane. Two additional copies of the technical manual shall be supplied to the USCG Aviation Logistics Center (ALC) Support Equipment Section. The offeror/contractor shall agree to allow this technical manual to be loaded onto the USCG Aviation Logistics Center secure website for internal use by Coast Guard units. 4. QUALITY ASSURANCE PROVISIONS 4.1 Product Conformance. The crane provided shall meet the salient characteristics of this purchase description, conform to the manufacturer's own drawings, specifications, standards, quality assurance practices and be substantially the same product offered for sale in the commercial market. 4.2 Crane Shipment. Cranes shall be processed for shipment in accordance with the manufacturer's standard commercial practice. 5. INSPECTION 5.1 Government Inspection. The crane shall be subjected to government inspection upon delivery. Failure to meet the inspection requirements below shall be cause for the government to reject the crane. a. Inspection of the crane against the requirements in the specification document to ensure the crane is configured properly and complies with the specification. b. Inspection of the crane to ensure the moving components are adjusted properly. c. Inspection of the crane to ensure joints and components are secured tightly. d. Inspection of the crane to ensure the finish is complete and undamaged. e. Operation of the crane to ensure all systems operate properly and meets the requirements in the specification document. f. Inspection of the crane for leaks after
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-11-Q-500080/listing.html)
 
Place of Performance
Address: AVIATION LOGISITICS CENTER, 1664 WEEKSVILLE ROAD, ELIZABETH CITY, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02548637-W 20110826/110825001058-79f7930ac927907c0b3e8330ea450014 (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.