SOLICITATION NOTICE
39 -- 10 TON GANTRY CRANES
- Notice Date
- 7/31/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Logistics Command (LOGCOM), 814 Radford Blvd, Suite 240, Bldg 3700, Albany, Georgia, 31704-1128, United States
- ZIP Code
- 31704-1128
- Solicitation Number
- M67004-15-T-0106
- Archive Date
- 9/14/2015
- Point of Contact
- Mathew B. Watts, Phone: 2296396078
- E-Mail Address
-
mathew.watts@usmc.mil
(mathew.watts@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: 10 TON GANTRY CRANES FEDERAL SUPPLY CODE : 39 - Materials Handling Equipment SOLICITATION NUMBER : M67004-15-T-0106 SOLICITATION CLOSES : 30 August 2015 @ 4:30 PM EST Point of Contact : Mathew Watts, Contracts Department, (Code S1940), 814 Radford Blvd, MCLC, Albany, GA 31704-1128. Telephone: (229) 639-6078, Fax: (229) 639-8232 Email responses preferred : mathew.watts@usmc.mil This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format described in FAR Subparts 12.6 and 13.1 as supplemented with additional information that may be included in or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This solicitation is set-aside 100% for small business. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award a Firm Fixed Price contract for this requirement. The North American Industry Classification System (NAICS) code 333923- Overhead Traveling Crane, Hoist, and Monorail System Manufacturing; Size Standard 500 employees applies. The government reserves the right to make one, multiple or no award resulting from this solicitation. CLIN 0001 : 10 Ton Gantry Crane, (2 EA). In accordance with the Statement of Requirements below. STATEMENT OF REQUIREMENT FOR THE PURCHASE OF (2 Each) 10 TON GANTRY CRANES WITH HOISTS 1. Scope : This Statement of Requirement is for the procurement of two 2 new, 10 ton Gantry Cranes with Hoists, which is required at Production Plant Barstow (PPB). 1.1 Background : Production Plant Barstow (PPB) processes various equipment within the maintenance center to include, but not limited to components, parts, secondary repairable and ancillary equipment that is routed throughout the repair, overhaul, IROAN and SOAR process while supporting the Marine Corps mission. The Production Plant is in need of these Gantry Cranes to assemble and disassemble these component parts from various Principle End Items so they can be routed through this process. 2. Applicable Documents : All documents invoked in the requirements section of the SOR must be listed in this section by document number and title. These documents may include Standards, Specifications and other reference documents needed to identify and clarify the work task or deliverable product. However, DoD and Departmental instructions are provided to control in-house work effort and should not be used in the SOR to control contractor effort. Also, any document listed in this section must be invoked and selectively tailored to meet minimal needs of the planned procurement in the requirements section. The exact version of any document cited in the SOR should be specified in this section. •2.1 Department of Defense specifications: Department of Defense Directives 4715.1 •2.2 All Proposed equipment and_Design will_Conform to: NAVCRANCEN Instruction 11450.2 NAVFAC P-307 Testing Requirements UFGS 41 22 13.15, Bridge Cranes, Overhead Electric, Under Running. ANSI/ASME B30.17, Overhead and Gantry Cranes (Top Running Bridge, Single Girder, Underhung Hoist). ANSI/ASME B30.16 Overhead Hoists (Underhung). ASME HST-1, Performance Standard for Electric Chain Hoists. ANSI/NEMA ICS 1 General Standards for Industrial Machinery ANSI Publication C2 National Electric Safety Code NFPA Publication No. 70. National Electric Code 2.3 Industry documents: NFPA 79 Electrical Standards for Industry Machinery 3. Tasks. The purpose of this statement is to acquire 2 Gantry Cranes with Hoists. 3.1 Specific Requirements : The new Gantry Cranes and Hoists must meet these specifications: (1) The hoist duty service classification shall be H3 or higher; (2) The hoist includes both mechanical load brake and an electro-mechanical brake (shoe or disc); (3) The mechanical load brake and the electro-mechanical brake can each, independently stop and hold 131.25% of rated capacity; (4) The hoist includes an overload limiting device; (5) The load chain is welded link; (6) The hoist includes both primary (adjustable) lower and upper stops to prevent over travel in raising and lowering. If a geared lower limit switch is provided, then a chain stop shall be provided to prevent the load chain from running out of the hoist at its fully extended position; (7) Hoist controllers include both electrical and mechanical interlocks for directional contactors, unless a variable frequency drive controller is used; (8) A mainline contactor is included and the Stop-Start, Off-On, or Power Off-Power-On circuitry is designed to remove power from the drive motors, brakes, and control circuit. The control circuit shall not be capable of being operated unless the On button, Power On button or Start button is depressed; (9) Proper overcurrent protection is provided for the control circuit, including control circuit transformer, in accordance with the National Electric Code; (10) Proper fuse or circuit breaker protection is provided for branch circuit short circuit and ground fault protection in accordance with the National Electric Code; (11) Proper overload protection is provided for each motor, motor controller, and branch circuit conductor in accordance with the National Electric Code; (12) The load hook (and suspension hook, if used) is unplated/unpainted easily removable carbon steel. All hooks shall be equipped with a safety latch. Prior to delivery, non-destructively test hooks per NAVFAC P-307, Appendix E, and include all required NDT quality assurance documentation; (13) Provide documentation from the manufacturer that the hoist or hoist/trolley unit is capable of being periodically load tested to 131.25% of its rated capacity; (14) Safety lugs (drop stops) or a functionally equivalent feature on the trolley frame prevent derailment in the event of wheel or axle failure; (15) Extended wrap-around trolley frame plates or similar contact the end stops. The trolley wheels cannot contact the end stops; (16) The hoist may be integral with the trolley or suspended via hook, lug, or clevis; (17) If the trolley is powered, equip it with a trolley brake or non-coasting drive; and, (18) Hollow stamped steel trolley wheels are prohibited 3.2 Integrated Logistics Support. Our Maintenance and Engineering staff will be available to assist in this procurement. 3.3 Management Systems Requirements. All products will comply with all governmental standards. 3.4 Reliability Program. A standard warranty on parts and workmanship shall be provided. 3.5 Maintainability. All parts and materials that require replacement due to normal use and wear shall be available for replacement by the vender. Vender to provide technical support if needed during warranty period within reasonable time after service call. Offers will be evaluated in accordance with FAR 13.106-2 considering the lowest-priced, technically acceptable offer. The following FAR/DFAR Clauses/Provisions apply: 52.204-2 Security Requirements 52.204-7 Central Contractor Registration; 52.204-13 Central Contractor Registration Maintenance 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3(Alt 1) Offerors Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items; Incorporating - 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; (End 52.212-5) 52.232-39 Unenforceability of Unauthorized Obligations 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.o.b. Destination; 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 (Alt A) Central Contractor Registration Alternate A 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7012 Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.211-7003 Item Identification and Valuation; 252.212-7000 Offerors Representations and Certifications-Commercial Items; 252.225-7000 Buy American Statute--Balance of Payments Program Certificate ; 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payments Requests; 252.232-7006 Wide Area Workflow WAWF 252.232-7010 Levies on Contract Payments; 252.246-7005 Notice of Warranty Tracking of Serialized Items 252.246-7006 Warranty Tracking of Serialized Items 252.247-7022 Representation of Extent of Transportation by Sea 252.247-7023 (Alt III) Transportation of Supplies by Sea; Offerors responding to this announcement must provide the information required by 252.212-7000 Offeror Representations and Certifications-Commercial Items - with their offer or indicate that they have entered the information via Online Representations and Certifications Application at https://www.sam.gov/portal/public/SAM /. The offeror must provide its current/up to date Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register (CCR)/ (SAM) and Wide Area Workflow (WAWF) to be considered for award. The United States Marine Corps utilizes ( WAWF) as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. All responsible small business sources may submit a quote which shall be considered. Email (preferred) or faxed quotes with cover sheet and all of the above required information (call the P.O.C. above before faxing). All quotes must be received by the above listed Point of Contact (P.O.C), no later than the Solicitation Closing Date indicated above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M67004-15-T-0106/listing.html)
- Record
- SN03819676-W 20150802/150731235433-6c5a431fc52087bb2785e7693534d6ef (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 |