Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 05, 2019 FBO #6523
MODIFICATION

J -- Inspection, Maintenance, Repair, and Certification of Overhead Hoists & Cranes at Holloman (aka Hoist MX)

Notice Date
10/3/2019
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 490 First Street, Building 29 Suite 2111, Holloman AFB, New Mexico, 88330-7908, United States
 
ZIP Code
88330-7908
 
Solicitation Number
FA480119QA003
 
Archive Date
1/1/2020
 
Point of Contact
Jennifer D. Sternthal, Phone: 575-572-7503, Sally D. Roberts, Phone: 575-572-5293
 
E-Mail Address
jennifer.sternthal.1@us.af.mil, sally.roberts@us.af.mil
(jennifer.sternthal.1@us.af.mil, sally.roberts@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Current as of 1 October 2019: 1. Udpated Classification Code from M to J. 2. Updated Primary Point of Contact from Alison Sowka to Jennifer Sternthal. 3. Updated Set Aside from blank to Total Small Business. ***NOTICE*** FBO Solicitation # FA480119QA003 IS Related to CON-IT Sol # FA480119QA016 *****NOTICE 3 OCT 19*****THE NEW AIR FORCE CONTRACT WRITING SYSTEM (CON-IT) AUTOMATICALLY UPDATED THE PIID FROM FA480119QA016 TO FA480120Q0002 BASED UPON THE NEW FISCAL YEAR (FY20)***** FA480120Q0002 IS THE CURRENT PIID AND WILL BE REFERENCED FROM HERE ON OUT*****FA480119QA003 IS RELATED TO CON-IT SOL # FA480120Q0002***** This presolicitation notice is an announcement of a requirement for Inspection, Maintenance, Repair, and Certification of Overhead Hoists & Cranes at Holloman AFB NM 88330. DESCRIPTION OF WORK: Perform evaluations, inspections, testing, maintenance, repair, and certification of cranes and hoists, and components of this equipment. Types of equipment includes mobile, rail-mounted, and fixed-location cranes and hoists both powered and manually operated units. Provide tags/stenciling and written documentation (standard Crane Institute of America forms or an equal preventative form). The Contractor shall provide all personnel, equipment, tools, and materials necessary to perform on-site annual load testing, certification, scheduled/preventative maintenance and unscheduled repairs for approximately 120 hoists. The Contractor shall perform this work and provide these services during two scheduled semi-annual inspections, maintenance, testing, repair and weight certification visits in January (includes annual proof-load testing/capacity certifications and preventive maintenance) and June (preventive maintenance), and possibly including unscheduled (emergency) repairs at other times throughout the year as designated by the Government. The Contractor shall inspect, test, and maintain the cranes and hoists to meet the manufacturer's specifications and recommendations, and shall adhere to all applicable standards including, but not limited to the latest editions of: AFI 91-203, Chapter 35 Materials Handling and Equipment OSHA 1910.179 Overhead and Gantry Cranes OSHA 1926.550 Cranes and Derricks ASME B30.2 Overhead and Gantry Cranes ASME B30.5 Mobile and Locomotive cranes AS ME B30.7 Base Mounted Drum Hoists ASME B30.10 Hooks ASME B30.11 Monorails and Underhung Cranes ASME B30.16 Overhead Hoists (Underhung) ASME B30.17 Overhead and Gantry Cranes: Top Running Bridge, Single Girder. Underhung Hoist SAE J159 Standard Practice for Load Moment Systems on Mobile Cranes Guidelines of the Crane Manufacturers Association of America (CMAA) Specification Numbers 70 and 74 NEC-National Electric Code Article 610 NAVFAC P-307 Management of Weight Handling Equipment issued by the Naval Facilities Engineering Command, Navy Crane Center; and industry practice, commonly referred to as, "Levels One, Two and Three" inspection. PERIOD OF PERFORMANCE (POP): The POP is for a base year of 1 January 2020 to 31 December 2020, and four one-year option years. IMPORTANT NOTICES: This acquisition will be competitively set-aside for Small Business (SB) concerns. A SB will be considered small under North American Classification System (NAICS) code 811310 with a size standard of $8.0M. All offerors must be registered in the System for Acquisition Management (SAM), https://www.sam.gov/SAM, which is a Government owned and operated FREE web site that consolidated the capabilities of Central Contractor Registration (CCR)/FedReg, Online Representations and Certifications (ORCA), and Excluded Parties List System (EPLS). You are required to create a user account to register and/or update your entity records (i.e., Commercial and Government Entity (CAGE) Code, Unique Entity Identifier (UEI) [new standard replacing the proprietary DUNS number], etc.) in SAM which were previously located in separate CCR and ORCA websites. This information is necessary in order to receive award consideration. All questions concerning this notice should be submitted electronically via email to the Points of Contact as indicated in this announcement. All information pertaining to this announcement, including technical (or other) questions and answers will be provided to/through the Contracting Officer/Contract Administrator ONLY to ensure equal distribution of information to interested parties via Federal Business Opportunities (FebBizOpps) at https://www.fbo.gov. OTHER DETAILS: The solicitation and other attachments will be posted sometime in October 2019 and MUST be downloaded from FedBizOpps website: https://www.fbo.gov. DO NOT REQUEST VIA MAIL as no paper copies will be issued. It is important to check this site frequently for any updates/amendments. When the solicitation and all associated documents have been downloaded, it is important to read the solicitation in its entirety because there are dates, terms and conditions that must be met by the prospective offeror in order for the quote to be considered responsive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/49CONS/FA480119QA003/listing.html)
 
Place of Performance
Address: Holloman AFB, NM, Holloman, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN05467172-W 20191005/191003230733-5d0207514053c6858924e0bce538edd2 (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.