Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2008 FBO #2315
SOLICITATION NOTICE

39 -- REPLACEMENT DECK AND SPUD WINCHES FOR THE CRANE BARGE HARVEY

Notice Date
3/27/2008
 
Notice Type
Solicitation Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
US Army Corps of Engineers, Detroit, 477 Michigan Avenue, Detroit, MI 48226
 
ZIP Code
48226
 
Solicitation Number
W911XK-08-T-0065
 
Response Due
4/9/2008
 
Archive Date
6/8/2008
 
Point of Contact
Darryl J. Mitchell, 313-226-3648
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Detroit
(darryl.j.mitchell@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propos als are being requested and a written solicitation will not be issued. (II) Solicitation W911XK-08-T-0065 is being issued as a Request for Quotation (RFQ). (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-24. (IV) This acquisition is reserved for a SMALL BUSINESS CONCERNS. The associated NAICS code for this acquisition is 333923, Standard Industrial Classification (SIC) 3536, Small Business Size 500 Employees. (V)COMMERC IAL ITEM DESCRIPTION: Line Item (0001), Three (3.) Each Air (DECK) Winches, Brand Name or Equal to Model FA2.5i/D07195, I/A/W below General Requirements, Salient, Physical/Functional Characteristics and Minimum Specifications; Line Item (0002), Two (2.) Ea ch Spud Winches Brand Name or Equal to Model FA2.5i/D07195, I/A/W below General Requirements, Salient, Physical/Functional Characteristics, and Minimum Specifications; (VI) DESCRIPTION: General Requirements (a) All winches shall be suitable for marine use . (b) All winches must meet, or exceed, North American ANSI/ASME B30.7 winch standards and the standards for the Ingersoll-Rand (IR) winches specified below. (c) Winches must have the same physical dimensions and mounting configuration as the specified I R winches, as they are to replace existing winches therefore size limitations, mounting, and physical dimensions are critical to the fit of the new winches. If dimensions will vary from those specified a certified outline and dimensional drawing shall be made available for approval by a Government designated representative prior to contract award. (d) Winches pneumatic inlet and outlet ports must be identical to the IR winches specified for the reasons identified in Item (c) above. (e) All winches must c ome complete with all necessary controls for remote operation. Controls shall include all valves and related equipment to be used with the existing 1-1/4 air lines with National Pipe Thread (npt) fittings for the remote operation of the winches. Pneumat ic controls for each winch are required to replace the existing WABCO (Westinghouse Air Brake Co.) Model No. H2-FX for the brake and clutch controls, and a Joy Directional Throttle Valve. (f) Contractor shall provide load and performance test results for each winch to a Government designated representative for approval before delivery. (g) One (1) Operation and Maintenance Manual provided with each unit. Minimum Specs for Deck Winches (3) each  IR Model FA2.5i/D07195 Air Winch or Equal, must include: (a ) Line Pull and Speed: 5,000 lbs at top layer @ minimum 110 fpm; (b) Maximum stall at first layer: 10,400 lbs; (c) Power Source: Air; (d) Horsepower and Air Consumption: 25 H.P. and 700 SCFM; (e) Brake(s): Auto Disc Brake with drum locking pin; (f) Drum L ength and Capacity: 24 inches capable of holding 750 ft of 5/8 wire rope; (g) Winches must come complete with filters, lubricators, regulators, liquidators, mufflers, and construction cage; (h) Winches must be designed to function at temperatures of -20?C ; (i) Paint must meet or exceed 382-31341 Marine 812-X. Minimum Specs for Spud Winches (2) each  IR Model FA2.5i/D07195 Spud Winch, or Equal, must include: (a) Line Pull and Speed: 11,000 lbs at top layer @ minimum 30 fpm.; (b) Maximum stall at first lay er: 17,000 lbs. (c) Power Source: Air; (d) Horsepower and Air Consumption: 25 H.P. and 700 SCFM; (e) Brake(s): Auto Disc Brake with drum locking pin; (f) Drum Length and Capacity: 12 inches capable of holding 400 ft of 7/8 wire rope; (g) Winches must come complete with filters, lubricators, regulators, liquidators, mufflers, and construction cage; (h) Winches must be designed to function at temperatures of -20?C ; (i) Paint must meet or exceed 382-31341 Marine 812-X. (VII) DATE & PLACE OF DELIVERY: 12 Weeks ARO, US Army Corps of Engineers, Soo Area Office, 119 East Water Street, Sault Saint Marie, MI. 49783, FOB POINT IS DESTINATION. (VIII) The following provis ions in their latest editions apply to this solicitation: 52.211-6, BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that wil l satisfy the Government's needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the br and name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literatur e such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to th e solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the off eror shall provide the brand name product referenced in the solicitation. (End of provision) This solicitation incorporates one or more solicitation provisions by reference, with the force and effect as if they were given in full text. FAR 52.212-1, Inst ructions to Offerors-Commercial Items applies to this acquisition. (IX) The awarded contract will be a firm fixed price type of contract. (X) 52.212-3 (ALT I), Offerors Representations and Certifications-Commercial Items OFFERORS MUST COMPLY WITH FAR 52.20 4-7 CENTRAL CONTRACTOR REGISTRATION, DFARS 252.204-7004, ALTERNATE A. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. Offerors are required to submit with their offer a completed copy of FAR 52.212-3, Offeror representations and Certifications Commercial items, or provide notification that their representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at http//orca.bpn.go v/. (XI) 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Alt A, Central Contract Registration. (XII) The clause at FAR 52.212-5, Contract Terms and Conditi ons Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Specific clauses cited within FAR 52.212-5, which are applicable to this acquisition, are cited in the following section. (XIII) The following clauses are incorporated by reference: 52.203-3, Gratuities; 52.203-6-Alt 1, Restrictions on Subcontractors Sales to the Government (Sep 2006); 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal transactions; 52.204-4, Printed or Co pied Double-Sided on Recycled Paper; 52.204-7, Central Contractor Registration; 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, suspended, or Proposed for Debarment; 52.211-6, Brand Name or Equal; 52.214-21, Des criptive Literature; 52.214-31, Facsimile Bids; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 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 Segregation Facilities; 52.222-26, Equal Oppor tunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employees Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-18, Place of Ma nufacture; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.233-2, Service of Protest; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.219.1 (Alt I), Small Business Program Represe ntation; 52.242-13, Bankruptcy; 52.246-2, Inspection of Supplies Fixed Price; 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference; 52.252-5, Authorized Deviations in Provisions; 52.252-6, Authorized Devi ations in Clauses; DFARS Clause 252.204-7003, Control of Government Personnel Work Product; 252.209-7001, Disclosure of Ownership or Control by the Government of a terrorist Country; 252.209-7004, Subcontracting with Firms That are Owned or Controlled By T he Government of a Terrorist Country; 252-211-7003, Item Identification and Valuation; 252.212-7000, Offer representations and Certifications-Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Ap plicable to Defense Acquisitions of Commercial Items (DEVIATION); 252.225-7000, Buy American Act-Balance of Payments Program Certificate, 252.225-7001, Buy American Act-Balance of Payments Program Certificate; 252.225-7002, Qualifying Country Sources as S ubcontractors; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7013, Duty-Free Entry; 252.225-7021, Trade Agreements; 252.227-7015, Technical Data Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252. 232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252-252.243-7002, Requests for Equitable Adjustment; 252.247-7022, Representation of Extent of Transportation by Sea; 252.247-7023, Transportation of Supplies by Sea; 2 52.247-7024, Notification of Transportation of Supplies by Sea; 252.232-7003, Electronic Submission of Payment Requests; (XIV) N/A (XV) All information relating to this solicitation, including product specifications, salient characteristics and minimum re quirements, amendments, questions and answers, will be posted on the following website: (http://www.lre.usace.army.mil/doingbusiness/contracting/notices/ ). Formal communications such as request for clarifications and/or information concerning this solici tation must be submitted in writing or via e-mail to the address below. All answers will be posted on a non-attribution basis. Offerors are requested to submit questions to the email address noted below not later than, 1:00 P.M., 07 April 2008. Terms of t he solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors r egistered in Central Contractor Registration (http://www.ccr.gov). To read the provisions and clauses in full text go to (http://www.farsite.hill.af.mil) or (http://www.arnet.gov) (XVI) Quotes will be due to the Contracting Division, Detroit District, 477 Michigan Avenue, RM 700, Detroit Michigan 48226, by 9 April 2008, 09:00 a.m. eastern standard time. Email quotes will be accepted at darryl.j.mitchell@usace.ar my.mil, please CC: marilyn.r.hill@usace.army.mil. (XVII) The POC for this acquisition is Mr. Darryl Mitchell (313) 226-3648 or Ms. Marilyn Hill (313) 226-5148.
 
Place of Performance
Address: US Army Corps of Engineers, Detroit 477 Michigan Avenue, Detroit MI
Zip Code: 48226
Country: US
 
Record
SN01543457-W 20080329/080327224957 (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.