SOURCES SOUGHT
39 -- Davit Crane Hoist
- Notice Date
- 9/6/2018
- Notice Type
- Sources Sought
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division - Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- NWWG3400190001SB
- Archive Date
- 10/10/2018
- Point of Contact
- Sue Bratton, Phone: 303-497-6155
- E-Mail Address
-
Sue.Bratton@noaa.gov
(Sue.Bratton@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought is issued solely for information and market research planning purposes; it does not constitute a solicitation or a promise to issue a solicitation. Furthermore, those who respond to this notice should not anticipate feedback with regards to its submission; other than acknowledgment of receipt - ONLY IF a request for an acknowledgement is requested by the submitter. This notice does not commit the Government to contract for any supply or service. NOAA is not seeking proposals at this time. Responders are advised that the U.S. Government will not pay any costs incurred in response to this notice. All costs associated with responding to this notice will be solely at the interested party's expense. Not responding to this notice does not preclude participation in any future solicitation. The information provided in this notice is subject to change and is not binding on the Government. All submissions become the property of the Federal Government, and will not be returned. Any information that the vendor considers proprietary should be clearly marked as such. REQUIREMENT NOAA's Acquisition & Grants Office, Western Acquisition Division-Boulder, in support of the National Weather Service (NWS) is conducting market research to identify sources for a Davit Crane to replace the obsolete Davit Crane at 160+ WSR-88D locations. Proposed products must meet the following requirements: Electric Hoist and Davit Crane •Capacity: 400 lbs. minimum •Hoist height: 104 ft. •Hook height above deck: 7 ft. minimum, 9 ft. maximum •Reach: 50 ±4 in. horizontally from the davit socket axis •Mount: fit existing steel davit socket (3 1/16 in. ID x 10 in. deep; a 13/16" dia. horizontal split sleeve bearing limits the depth to 6 3/4 in.). •Weight: Individual crane assemblies must not exceed 100 lbs. Assemblies must be joined without use of tools. •Pivot: The crane must pivot a minimum of 240 degrees under load. •Load Positioning: A handle or lever must be provided to rotate the crane without pulling on the boom or the load. The force on the handle required to pivot a 400 lb. load must not exceed 50 lbs. •The motor and winch assembly must clear the top rail of the hatch safety railing when pivoting the crane. The safety railing is 43" tall and 12" from the davit socket. Winch •Power: 120 VAC, 13 A (maximum running current) •Motor: continuous duty •Brake: automatic on power loss, load holding •Speed: lift 400 lbs. a height of 100 ft. in less than 5 minutes Controls •Control pendant: NEMA-rated •Pendant cord: 6 ft. minimum, with strain relief at motor •Power cord: 8 ft. minimum, with strain relief at motor •Limits: automatic motor stop at upper hook limit Winch/Hoist/Davit Crane Preventive Maintenance Requirements •Not to exceed 1 man-hour per year. Crane will be used and stowed in a dry, unheated and uncooled radome. Detailed maintenance procedures must be provided with the quote. Winch/Hoist/Davit Crane Warranty Requirements •1 year parts and labor, minimum General: Responses to the market survey must include sufficient documentation to address proposed products compliance with all requirements. Assuming an order for 165 units, a statement on quantity currently available, and production rate for balance not currently available is requested. Price information is not requested at this time. PURPOSE a. To determine industry capabilities to fulfil the aforementioned requirement. b. To determine size standard of vendors capable of fulfilling the aforementioned requirement. c. To identify any special requirements associated with this industry. d. To obtain a Rough Order of Magnitude (ROM) or estimated cost RESPONSE FORMAT In order to better assist in the review of submittals to this notice, respondents are encouraged to prepare a capabilities statement that closely adheres to the following format: The document format shall be either Microsoft Word (.doc or.docx), or Adobe Acrobat (.pdf) formats. Responses shall be prepared using 12 pt. font, 1 inch margins, and 8.5" by 11" paper and shall not exceed five (5) pages in length, including images, data displays, charts, graphs, and tables. The ROM is not counted in the five pages. Respondents are encouraged to ensure that their submittals are complete and address all items outlined within this notice. Respondents may provide additional promotional literature in addition to their response as long as the literature conforms to the response format. Submissions in response to this notice shall not exceed five (5) pages. RESPONSE DEADLINE AND REQUESTED INFORMATION Responses to this notice should be submitted in the form of Microsoft Word and/or PDF (searchable format) documents attached to emails received no later than 2:00pm MT, Tuesday, September 25, 2018 to: • Contract Specialist: Sue Bratton at Sue.Bratton@noaa.gov and • Contracting Officer: Bianca Blau at Bianca.H.Blau@noaa.gov Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement. The statement of capability shall also include the information listed below: 1. Company Name/Division, mailing address, e-mail address, telephone, FAX numbers, and website address (if available). 2. Single point-of-contact name, title, telephone, and email address. 3. DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc.). Please note that companies must be registered in the System for Award Management (SAM) to be considered potential sources (https://www.sam.gov/portal/public/SAM/). 4. Applicable NAICS code under which the company customarily does business. 5. Business size for NAICS Code and socio-economic status, if qualified as one or more of the following: a. 8(a) firm (must be certified by SBA) b. Small Disadvantaged Business (must be certified by SBA) c. Woman-Owned Small Business d. HUBZone firm (must be certified by SBA) e. Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information pages) 6. A description of the firm's ability to perform the work and any other information you believe to be important and relevant to the purposes of this notice. The responses received will assist NOAA with identifying the number and nature of the entities that consider themselves feasible technical solution providers. Each respondent, by submitting a response, agrees that any cost incurred by it in responding to this request, or in support of activities associated with this notice, shall be the sole responsibility of respondent. NOAA shall incur no obligations or liabilities whatsoever, to anyone, for any costs or expenses incurred by the respondent in responding to this notice. Responses to this notice will not be returned. INDUSTRY DISCUSSIONS Some respondents may be asked to provide additional information regarding the matters addressed in this notice. Such requests will be provided approximately 4 weeks following the deadline to respond to this notice. Those respondents will be contacted directly if there is a need for further information. QUESTIONS Respondents may submit questions regarding this notice to the contact(s) listed below. Responses to questions may be posted on FEDBIZOPPS. Please send any questions you may have to the Contract Specialist, Sue Bratton at Sue.Bratton@noaa.gov and Contracting Officer, Bianca Blau at Bianca.H.Blau@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NWWG3400190001SB/listing.html)
- Record
- SN05075145-W 20180908/180906231338-4c48c6e39c9b53fc6dbe9b3ac30a8f8d (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 |