Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2014 FBO #4673
SOLICITATION NOTICE

20 -- Shore Power Cable and Storage Transport Unit

Notice Date
9/8/2014
 
Notice Type
Presolicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Facilities Design & Construction Center, 5505 Robin Hood Road, Suite K, Norfolk, Virginia, 23513-2400, United States
 
ZIP Code
23513-2400
 
Solicitation Number
HSCG47-14-Q-3EFK10
 
Point of Contact
Sarah J. Rall, Phone: 7578523481, Pamela Argilan, Phone: (757) 852-3449
 
E-Mail Address
sarah.j.rall@uscg.mil, pamela.j.argilan@uscg.mil
(sarah.j.rall@uscg.mil, pamela.j.argilan@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Coast Guard has a requirement for acquisition of parts for the Shore Power Cable and Storage Transport Unit located in Charleston, SC. The requirement includes steel reels with a cable driver, reel storage platforms with a fork lift cradle for each reel, 3/C-500 TYPE THOF cable, 500 Amp Viking plugs, covers for each reel and a hydraulic transport trailer. The Coast Guard intends to conduct the procurement in accordance with FAR Part 12, Acquisition of Commercial Items, and FAR Subpart 13.5, Test Program for Certain Commercial Items. The simplified acquisition will be issued as a 100% Total Small Business Set-Aside. Request for Quotes (RFQ) will be issued on or about September 8. 2014. The solicitation will be issued electronically via the Federal Business Opportunity web page at http://www.fedbizopps.gov. It is incumbent upon contractors to monitor the FEDBIZOPS web page for the RFQ release and all subsequent amendments. Hard copies of the specification and solicitation will not be issued. Anticipated Period of Performance: The Delivery date is November 1, 2014. The scope of the acquisition is based on the following:  5 QTY - Steel reels with a cable divider. a) Be able to support at least 200ft of 3/C-500 TYPE THOF cable. b) Accommodate up to two shore tie cables with the following properties: (i) 3 inch outside diameter (ii) Approximate cable weight of 8 lbs/ft (iii) Up to 250 feet in length, each cable (iv) 8 inch diameter by 12 inch long ±- receptacle head on each end of the cable. c) Full height flange partitions to individually separate cables. d) The inner (core) diameter of the reel shall be no less than 36 inches. e) fit in Hydraulic reel transporter f) Include insert for Viking plugs for ease of loading cord.  5 QTY - Reel storage platforms with Fork Lift Cradle (one for each for above reels) with solid stock to fit in Hydraulic reel trailer. a) Provide safe and stable storage of the specified reels. b) Allow automated pick up and set down of loaded and unloaded cable reels by the transport carrier unit. c) Allow platform transport (loaded and unloaded) by fork lift.  10 QTY - 175 Feet 3/C-500 TYPE THOF cable.  20 QTY- 500 Amp Viking plugs VIKING PLUG # M24368-1-002 a) Attached to the ends of the 10 3/C-500 TYPE THOF cables above. b) Cable pigtails shall be a minimum of 10 feet in length and 1-3/c Type THOF-500 cables conforming to MIL-C-915/6.  Provide a total of 5 covers, one for each reel and platform when stored. a) Durable, b) UV resistant, c) Weatherproof.  Provide one cable reel hydraulic transport trailer a) A reel carrying capacity of at least 12,000 lbs. b) Main frame and tongue constructed of heavy duty tubular steel, fully welded with no members bent into place. c) Hydraulic reel lifts (dual hydraulic cylinders) for self loading and unloading of reels of the dimensions and weight specified. d) Powered reel drive mechanism to turn the reel in both directions for winding and unwinding cable. The reel drive mechanism shall have a nominal pulling capacity of at least approximately 2,000 lbs, and controls shall include powered reel braking. e) Gasoline or Diesel powered steering and propulsion system capable of normal walking speeds. f) Paint and finish of the trailer shall be two coats of durable marine grade paint. g) The reel trailer shall be in full compliance with AASHTO and NHTSA requirements for highway tow age. Point of Contact is Contract Specialist, Sarah Rall. She can be reached by email at sarah.j.rall@uscg.mil or by phone at 757-852-3481.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGFDCCA/HSCG47-14-Q-3EFK10/listing.html)
 
Place of Performance
Address: SFLC Charleston-FAC/Port Ops, Attn: George Aldrich, 1050 Register Street, North Charleston, SC 29405, Charleston, South Carolina, 29405, United States
Zip Code: 29405
 
Record
SN03501106-W 20140910/140909022848-b5da84e489e246e8dd0a432bd2a4ab4a (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.