SOLICITATION NOTICE
23 -- 25 Ton Capacity Mobile Crane
- Notice Date
- 2/22/2006
- Notice Type
- Solicitation Notice
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 54A, Alameda, CA, 94501-5100
- ZIP Code
- 94501-5100
- Solicitation Number
- HSCG89-06--Q-6SPU51
- Response Due
- 3/15/2006
- Archive Date
- 9/30/2006
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance FAR subpart 13.5, Test Program for Certain Commercial Items. The policies contained in FAR Part 12, Acquisition of Commercial Items shall be used as supplemented with additional information included in this notice. The proposed acquisition is unrestricted. This announcement constitutes the only solicitation. Quotations are being requested under number HSCG89-06-Q-6SPU51. The NAICS code is 333923. The small business size standard is 500 employees. This solicitation is for a new mobile crane. See below for the specific performance specifications. Delivery shall be FOB Destination to the U.S. Coast Guard Integrated Support Command 1001 South Seaside Avenue, San Pedro, California. This resultant contract from this solicitation will be firm fixed price. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-08. The following clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items. The provision at 52.212-2 Evaluation Commercial Items; the evaluation criteria are as follows: (1) Price, (2) Technical Capability to meet the requirements stated herein, and (3) Past Performance. Evaluation factors (2) and (3) are equal in importance. Evaluation factors (2) and (3) combined are equal to (1). The contract award will be offered to the best value offer made to the Government, considering price, technical capability, and past performance. In addition, all offerors must submit a completed form FAR clause 52.212-3, Offeror Representations and Certifications Commercial Items. This clause may be downloaded, free of charge, at http://www.arnet.gov/far. Offerors who fail to submit a completed FAR 52.212-3 may be considered nonresponsive and will not be considered in the evaluation. All Offerors must be registered with the Central Contractors Registry (CCR) per FAR 204-7, Central Contractor Registration. Offerors who are not registered with CCR may be considered nonresponsive and will not be considered in the evaluation. The contractor will be required to provide along with price, a delivery schedule, sufficient technical literature, pictures, past performance information, a completed FAR 52.212-3; and Offeror name, address, point of contact name, phone number, e-mail address, fax number, tax identification number and DUNS number. Relevant Past performance information should be three references within the last five (5) years. Provide Company?s name, point of contact, telephone number, fax number and e-mail address. This information must be current. FAR 52.212-4 Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. In paragraph (B) of 52.212-5, the following apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, and 52.225-13, 52.223-6, 52.247-34. Additional FAR Clauses applicable to this requirement: 52.203-6 (Alt 1), 52.219-4, 52.219-8, 52.222-19, 52.222-20, 52.229-3, 52.232-8, 52.246-2, and 52.246-16. All clauses and provisions referenced in this announcement may be accessed at the following website: http://www.arnet.gov/far. No Numbered Notes are included in this solicitation. The date and time set for receipt of offer are Wednesday, 15 March 2006, 2:00PM, local time. Offer shall be submitted to: U.S. Coast Guard, MLCPAC (fcp-1), Jocelyn Brox-Chester, Contracting Officer, Coast Guard Island, Building 54, Alameda, CA 94501-5100. All questions regarding this solicitation shall be submitted in writing to the Contracting Officer stated above at fax 510/437-3014 or E-mail: Jocelyn.A.BroxChester@uscg.mil. All interested firms are encouraged to register at FedBizOpps to receive notification of further postings regarding this procurement. All interested parties are encouraged to download the solicitation. All responsible sources may submit a quote which shall be considered by the agency. Performance Specifications for New Mobile Crane 1. SCOPE: This performance specification covers the manufacture and delivery of one (1) new engine powered, pneumatic tired, fully revolving, hydraulically operated, rotating cab, self propelled mobile crane. The Government reserves the right to cancel this bid if the crane offered does not meet operational needs despite the fact that it may generally meet the following required performance criteria. 2. BASE BID CRITERIA: The Base Bid for the new crane shall consist essentially of a four wheeled, pneumatic tired, gasoline or diesel powered carrier, minimum 25 ton capacity with a 360 degree rotating cab, minimum 84 linear foot telescoping hydraulic crane boom meeting all local, state and federal industry standards, including but not limited to the following criteria: 2.1 Performance: The crane shall be capable of simultaneously lifting and rotating throughout a sweep of no less than 90 ˚ to either side with the minimum capacities listed in Table 1 below. Once the load has been lifted at the clear working radius shown, booming in is permitted in calculating load capacities throughout the sweep. The crane shall have a rotational speed of a rate of not less than 1.2 revolutions per minute (RPM). The crane, completely equipped with all specified attachments, crane boom and required accessories listed below under Paragraphs 2.2 through 3 Additive criteria, and shall be capable of attaining and maintaining travel speed of not less than 15.0 miles per hour (mph) utilizing the specified tire size on level paved roads. The crane shall be capable of cross-country travel with a minimum ground clearance of 12? (twelve inches). The crane carrier shall be equipped with provisions for towing. The safe load shall not exceed 85 percent of the actual level ground tipping load. The crane shall be capable of a minimum ?lift and carry? capacity of 8 tons (16,000 lbs) over a level paved surface. Minimum safe lifting (load) capacities?180˚ rotation Clear Working Radius (ft)* Load with outriggers 5 ft radius - 21,000 lbs; 8 ft radius - 18,000 lbs; 15 ft radius -15,000 lbs. *Due to variances in the boom rotational axis location, and means of measuring working radius on different makes and models, clear working radius for this Base Bid is defined as the distances between the crane body limits (including outriggers) and the load. 2.2 Crane Carrier: The crane carrier shall be equipped as follows: 2.1.1 Drive and steering. The crane shall be equipped with 4 wheel drive with two wheel disconnect or 2 wheel drive and no spin (limited slip) differential. The transmission shall have at least three (3) forward and two (2) reverse speeds. It shall have manual speed selection with power shift and torque converter. An audible backup alarm shall be provided. The crane shall also meet all California legal transportability requirements for transport using a ?low-boy? type trailer. 2.2.2 Operators Cab. The crane shall be furnished with a totally enclosed (metal or glass) operators cab. The cab shall be furnished with heater, defrosters, windshield wipers and standard automotive safety glass throughout. The operator?s seat shall be equipped with a seat belt restraint system in compliance with all federal and industry standards. 2.2.3 Outriggers. Four hydraulically operated outriggers, capable of extension below ground level, shall be provided, one outrigger on each corner of the chassis. The outriggers shall be operated separately or in any combination from the operator?s station, and shall not collapse due to loss of hydraulic power. The outriggers? legs and pads shall be of a size to support the intended working loads without loss of crane stability. 2.2.4 Brakes. The crane shall be provided with hydraulic-actuated or air service brakes. A parking brake shall be supplied. The parking brake shall be independent of the service brake. 2.2.5 Tires. Tires shall be no less than 28 ply rating. 2.2.6 Lights. The crane shall be furnished with the manufacturer?s standard and commercial lighting package, including but not limited to, head and tail lights, brake lights, plus one swivel type floodlight. 2.2.7 Toolbox. A closed compartment or lockable toolbox shall be provided to carry those tools and accessories required to operate the crane. All special tools shall be furnished by the supplier with the crane. 2.2.8 Lubrication. Lubrication means shall be provided for all moving parts requiring lubrication. Standard lubrication fittings shall be used. Pressure lubrication fittings shall not be used where normal lubricating pressure may damage grease seals or other parts. The crane shall be lubricated prior to delivery. The crane shall be conspicuously tagged to identify the lubricants and their temperature range. These specifications regarding lubrication shall apply to all portions of the crane and are not limited to the carrier position. 2.2.9 Undercoating. The crane carrier shall be undercoated with standard automotive undercoat compound. 2.3 Prime Mover. The crane shall be powered by a 4-stroke cycle, industrial type diesel engine of a commercial design, that has proven satisfactory in extensive use, and for which repair parts are readily obtainable. The engine furnished shall produce the required crane performance on commercial grade fuel. The engine shall be liquid cooled of not less than 4 cylinders with no less than 80 Horsepower. 2.3.1 Fuel Capacity. The mounted fuel tank shall have a capacity of not less than twenty-five (25) gallons. 2.3.2 Electrical System. The crane shall be equipped with a standard 12-volt electrical system complete with battery and alternator. The crane shall have electric starting. 2.4 Crane Assembly: The crane boom shall be fully hydraulic and extendable. The hoist winch shall be sized to allow the hook to reach eighty-four (84) feet below tip of boom when the boom is fully extended, and at a maximum height, with reeving capable of maximum lift capacity. A boom angle indicator shall be provided. 2.5 Construction and Workmanship: Construction of the equipment shall be in accordance with the best engineering practices. The equipment design and accessory installations shall permit accessibility for maintenance and service in the field. The design shall be such as to prevent conditions which may be hazardous to personnel or deleterious to equipment. 2.5.1 Painting. Painting shall be with the manufacturer?s current materials according to manufacturer?s current processes. Painting shall be standard commercial safety color with standard safety marking. 2.6 Miscellaneous Requirements: 2.6.1 Instruction Plates. The crane shall be equipped with instruction plates suitably located, describing any special or important procedures to be followed in operating and servicing the equipment. Plates shall be of durable material and shall be securely affixed thereto. 2.6.2 Standard Procedure. The equipment covered by this specification shall be the manufacturer?s standard commercial product including all standard features, components and accessories as currently applied on the manufacturer?s standard current production unit of the type and size specified. The equipment, all components, and accessories shall conform to current engineering and manufacturing practices relative to design, strength, quality of material and workmanship. Changes to a standard production unit other than advertised options to meet this specification are not permitted. 2.6.3 Parts and Repair. Parts and repair for the crane must be available from an authorized dealer within a 120 mile radius of the Coast Guard Integrated Support Command, San Pedro, CA. 2.7 Manuals and Instructions: The crane shall be furnished with operator?s instructions mounted in the cab so that it will be in clear view of the operator. Two copies of the service manuals and parts list shall be furnished for the crane and engine. 2.8 Statement and Demonstration. All bidders shall submit statements showing that each requirement in this criteria has been met by going item by item, with all the necessary back-up reference material such as catalog cuts and manufacturers? letters. A local field demonstration of the crane is required prior to final acceptance. 3. ADDITIVE BID CRITERIA: In addition to all Base Bid criteria for the new crane as outlined above, submit additive bid proposals for the following three optional features: 3.1. A crane with all of the features previously outlined, and also a minimum capacity of 30 tons in lieu of 25 tons. 3.2. A crane with all of the features previously outlined, and also a 24 linear foot jib extension, provided and installed. 3.3. An operators cab, in addition to a heater, defrosters, windshield wipers and standard automotive safety glass throughout, also furnished with a fully self-contained and integrated driver cab air conditioning unit, provided and installed. 4. Manufacture Warranty: The Government desires the crane, including attachments and accessories shall be warranted for a minimum of one year parts and labor. The crane structural assemble and components shall be warranted for a minimum of five years parts and labor. The crane engine shall be warranted for minimum of one year (unlimited hours) or two years (2000 hours maximum). Note: If this is not the standard industry warranty offered by the manufacturer please provide the warranty information offered with this crane.
- Place of Performance
- Address: San Pedro, California
- Country: U.S.
- Country: U.S.
- Record
- SN00992202-W 20060224/060222211542 (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 |