Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2012 FBO #3862
SOLICITATION NOTICE

Z -- REPLACEMENT OF 20 TON OVERHEAD CRANE HOIST

Notice Date
6/19/2012
 
Notice Type
Presolicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND12406111E
 
Response Due
8/7/2012
 
Archive Date
6/19/2013
 
Point of Contact
Robyn K Barton, Contracting Officer, Phone 661-276-3190, Fax 661-276-2292, Email robyn.k.barton@nasa.gov - Sally L Saunders, Contracting Officer, Phone 661-276-6244, Fax 661-276-2904, Email sarah.l.saunders@nasa.gov
 
E-Mail Address
Robyn K Barton
(robyn.k.barton@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/DFRC plans to issue an Invitation for Bids (IFB) for the replacement of a 20 ton overhead crane hoist in Building 703 at the Dryden Aircraft Operations Facility (NASA/DAOF), located in Palmdale, California 93550. The new crane must meet NASA Standard for Lifting Devices and Equipment (NASA-STD-8719.1 w/change 1, dated 9 May 02). The existing crane will remain the property of the Government The crane must include: Dedicated wireless controller A hardwired pendant with adequate cable length for operating the hoist from the hangar floor. An emergency stop button on the pendant that is capable of easily connecting and disconnecting without reprogramming. A dedicated wireless remote emergency stop-only controller. An additional holding brake so that the hoist will have two holding brakes. The brakes must be designed so they can be tested individually. Two upper limit switched the final being of manual reset type. Lower limit switches to prevent revers wind of the wire rope Directional labels on the underside of the crane Step-type controller such that the crane is capable of operating at very low speed and motor control provides appropriate precision for aircraft critical lifts and can operate at high speed for positioning. Anti-collision device or warning system The order of magnitude for the procurement is between $250,000 and $500,000. The construction effort shall be completed within 90 calendar days after Notice to Proceed (NTP). This procurement is a total small business set-aside. The NAICS Code and small business size standard for this procurement are 238290 and $14.0 Million, respectively. The anticipated release date of the IFB is on or about 5JUL12 with an anticipated offer closing date of on or about 7AUG12. The firm date for receipt of bids will be stated in the IFB. Specification and Drawings will be available for download with the solicitation over the Internet. All responsible sources may submit a bid which shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is Mr. Patrick Stoliker who can be reached at (661) 276-2091, EMail: 'patrick.c.stoliker@nasa.gov'. The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA Business Opportunities page is: http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin= Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). FAR 52.236-27 Site Visit (Construction) (Feb 1995) Alternate I (Feb 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of the solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit has been scheduled for - 18 JUL 2012 at 9:00AM PST. Participants must complete and forward to the Contracting Officer, DFRC Form 735-1 (09/29/2010), Visit Request, no later than five (5) business days prior to the scheduled site visit. http://prod.nais.nasa.gov/eps/eps_data/143422-OTHER-001-004.pdf (c) Participants will meet at - The Security trailer located in the parking lot of Dryden Aircraft Operations Facility (NASA/DAOF), located at 2825 East Ave 'P', Palmdale, California 93550. All contractual and technical questions must be submitted in writing. Telephone questions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND12406111E/listing.html)
 
Record
SN02779742-W 20120621/120619235327-fc9ce072cb51a5c652cd8ce8f5fd309f (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.