|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 19,2000 PSA#2582Northern Division Naval Facilities Engineering Command, 10 Industrial
Highway, Mail Stop #82, Lester, PA 19113-2090 39 -- REHABILITATION OF A 25 TON PORTAL CRANE AT NWS YORKTOWN, VA SOL
N3258A-00-R-6010 DUE 060800 POC Alan Ira Finkelman, 610-595-0920;
Margaret Gettings, 610-595-0917 E-MAIL: click here to contact the
contracting officer via, finkelmanai@efdnorth.navfac.navy.mil. This is
a requirement to rehabilitate and restore a 25 Ton Portal Crane built
approximately 40 years ago by Star Iron. The offerors submitting
proposals are to design the rehabilitation and restoration of the crane
in accordance with their design. This solicitation is a 100% SMALL
BUSINESS SET ASIDE. PRICE AND TECHNICAL PROP0SALS ARE REQUIRED. THE
EVALUATION OF PROPOSALS WILL BE BY A SOURCE SELECTION PROCESS. OFFERORS
SHALL SUBMIT A TECHNICAL PROPOSAL AND A PRICE PROPOSAL, each
independent and severable. Each prooposal will be evaluated
independently of the other by a technical evaluation team and a price
evaluation team.The technical proposal shall not contain any reference
to price or pricing methods. For this solicitation Technical and Price
are considered approximately equal. The Price Proposal shall consist of
an original and four copies. The Technical proposal shall be submitted
with seven copies and shall not exceed 20 pages, exclusive of resumes,
charts and schedules. The type size for the Technical Proposal shall
not be smaller than 10 cpi. Pages exceeding the 20 page limit will not
be read. The basis for any award resulting from the Request for
Proposal shall be based on the best value to the Government, price and
other factors considered. The Request for Proposal should be issued
during May 2000. Requests for the solicitation may be submitted by
e-mail, mail, or facsimile requests. NO TELEPHONE REQUESTS WILL BE
HONORED. Requests for the solicitation shall cite the proposal number,
the name of the firm, address, point of contact and telephone number.
Rehabilitation and restoration will require a contractor provide
design and construction services to modify and restore the 25-gross ton
Lindholm designed portal crane. The design and modifications shall be
based on the performance criteria identified in the solicitation
specification and shall result in the crane achieving the capability to
safely function with only one crane operator located in the operator's
cab. The new work shall be built to thereleased design drawings
developed by registered professional engineers. the rehabilitation and
restoration of the crane will include but not be limited to the
following: (1) Replacing constant potential controls with electronic
static stepless controls for the electric drives that power the main
hoist, whip hoist, luffing hoist, rotate and gantry; (2) Replacing the
drive mechanism's hydraulic brakes with electro-mechanical brakes for
the main hoist, whip hoist and luffing hoist; (3) Reconfiguring the
holding brakes release and setting characteristics (i.e. as primary and
secondary) for the main hoist, whip hoist and luffing hoist; (4)
Reconditioning the main engine-generator set including retrofitting
with new controls and diagnostics; (5) Painting entire crane; (6)
Reconditioning the operator's cab; (7) Reconditioning the
electro-mechanical brakes for the main hoist, whip hoist, luffing
hoist, rotate, and gantry; (8) Reconditioning each of the eight motion
drive motors; (9) Replacing the hinges on the safety gates at the
access ladders; (10) Reconditioning all leaking gearboxes, inside
gantry frame box sections, shore plug, notch area cracks, and rotate
drive hydraulic brake; (11) Replacing the boarding platform on the
opposite side of the machinery house from the main boarding entry; (12)
Replacing water seal boots on gudgeons, loose and missing bolts,
machinery house roof water seals, boom ladder safety cables, cord grip
grommets, damaged electrical wires and cables; (13) REPLACING ALL
TRAVEL WHEELS [OPTION ONLY]; (14) Installing covers on access openings,
protective coating on machinery house roof, rope guards for main and
luffing hoist sheaves, conduit on open and unprotected electrical
wires; (15) Installing new bleeder, pedal and tubing for the rotate
drive hydraulic brake; (16) Installing new limit switches, collector
ring assembly, stop alarms, sound power telephones, powered actuators
for the luffing pawl and swing lock; (17) Installing new ropes for the
main hoist, whip hoist and luffing hoist; (18) Designing and
installing new 5-ton jib extension to the main boom, [OPTION ONLY FOR
THE 7-1/2 TON JIB EXTENSION] (19) Designing and installing crane stops
with buffers, custom rubber boots on gantry gearboxes, and new wiring
for motors and controls; (20) Designing and installing new mounting
brackets for brakes, control panels, limit switches, actuators,
collector ring assembly, encoders, load cells, display units, air
conditioner, heater, master switches, weather station, window wipers
and pushbuttons; (21) Replacing lighting generator, emergency generator
-- air compressor -- diesel engine set and battery with DC-to-AC power
converter, battery back-up system, and electric motor driven air
compressor; (22) Providing new encoders and displays for boom angle and
horizontal positions, load cells and displays for main hoist and whip
hoist hook weights; (23) Load test and certify crane utilizing
Government owned and certified test weights. The existing referenced
drawings will be available on site to the crane contractor. The
contractor shall be responsible for the removal and disposal of
equipment and debris from the site. Posted 04/17/00 (W-SN445847).
(0108) Loren Data Corp. http://www.ld.com (SYN# 0186 20000419\39-0001.SOL)
39 - Materials Handling Equipment Index Page
|
|