Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2010 FBO #3030
SOLICITATION NOTICE

38 -- Thirty-Five Ton Capacity Boom Truck

Notice Date
3/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - UC - SLC 125 South State St Salt Lake City UT 84138
 
ZIP Code
84138
 
Solicitation Number
R10PS40018
 
Response Due
3/19/2010
 
Archive Date
3/10/2011
 
Point of Contact
Denise M. Westenskow Contract Specialist 8015243876 dwestenskow@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. This is a total small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 333120. The small business size standard is 750 employees. Thirty Five Ton Capacity Boom Truck - Equal to Terex BT70100 The crane shall meet or exceed the following specifications: A. Crane (General) This crane is to be a hydraulically operated, telescoping crane. The crane shall be capable of meeting SAE J765 stability requirements with an 85% tipping factor at maximum rated capacities when mounted on a commercially available truck chassis meeting the manufacturer's minimum chassis requirement. This crane shall be designed, manufactured and tested to comply with the applicable portions of ANSI B30.5, OSHA 1926.550, AWS D14.3 and SAE J-1063. The manufacturer shall maintain appropriate test results to verify compliance to these regulations. The carrier chassis shall be in compliance with all Federal Motor Vehicle safety standards and applicable SAE standards and recommended practices. The completed unit is intended to be a highly mobile, high reach, high capacity unit with the minimal amount of set up time required. B. Dimensional Requirements This crane shall have an overall height of no more than 13'6" when mounted on a current model tandem axle chassis. It shall not exceed 106" width while in the transport position and shall be constructed such that truck frame reinforcing is not required when mounted on a minimum truck chassis frame of 30 in3 section modulus, 120,000 p.s.i. steel. The mainframe, outrigger crossbeams and rotating turret shall be of unitized construction where crane shall incorporate a tensional resisting sub-frame, which bolts to the truck frame and runs the length of the truck chassis. Crane shall be equipped with two sets of out and down style, fully hydraulic outriggers. All major components of the crane are to be American made. C. Capacity The crane shall have a minimum lift capacity of 70,000 lbs. at a 5' radius. Crane shall be stable throughout 180? working radius. The crane must include a color-coded boom and lifting chart that allows the operator to easily and quickly determine boom extension, boom angle and load capacity. The crane shall meet or exceed the following lifting capacities with front outriggers fully extended to 25 ft. 6 in. tip to tip and rear outriggers fully extended to 17 ft. 6 in. tip to tip. 30 ft. boom length RadiusLoaded Boom AngleLift Capacity15'58 degrees33,200 lbs.20'45 degrees24,400 lbs. 44 ft. boom length RadiusLoaded Boom AngleLift Capacity25'53 degrees19,100 lbs.35'34 degrees11,400 lbs. 72 ft. boom length RadiusLoaded Boom AngleLift Capacity40'55 degrees9,400 lbs.50'44 degrees6,100 lbs. 100 ft. boom length RadiusLoaded Boom AngleLift Capacity20'75 degrees12,100 lbs.30'69 degrees10,500 lbs.40'66 degrees 7,000 lbs.50'59 degrees 5,100 lbs.60'52 degrees 3,900 lbs. D. Upper Structure 1. Boom A. Main Boom The main boom shall be 4-section, hydraulically operated, proportional telescoping with a maximum extension of no less than 100' when measured horizontally. The telescoping sections shall be supported by wear pads both horizontally and vertically. The boom design must include patented "keel"-shaped base-plate combined with a deep four plate boom section to optimize strength / rigidity to weight ratio. Boom extension-retraction and elevation shall be through double acting hydraulic cylinders equipped with holding valves. Internal cable sheaves for boom telescoping shall use lubricated bearings. Maximum boom elevation shall be +80? and minimum elevation shall be -10? to allow for reeving boom head at ground level. B. Boom Head The boom head shall incorporate sheaves and a detachable auxiliary sheave for reeving up to 6 parts of line. The boom tip shall also be equipped with jib ears for addition of optional side stow jib. C. Boom Reach The 100' boom shall have a vertical reach of 80' and be capable of accepting a side stowable jib to reach to 120' when set up on outriggers. 2. Winch A. The main winch shall include power beyond 2-speed that increases boom winch speed by approximately 50%. Winch shall include a gear motor with planetary reduction gearing Main winch shall have 163 ft. per minute first wrap lifting speed and a first wrap wire rope pull of 11,400 lbs. The winch shall be equipped with 350' of 9/16" wire rope with a breaking strength of 44,600 lbs. 3. RotationRotation shall be controlled from two control stations. The rotation gearbox shall include an externally located planetary rotation drive for ease of maintenance. 4. ControlsDual operator's control stations shall be located adjacent to the mainframe with one positioned curbside and one opposite located street side. All controls must be within convenient reach of the operator with all controls clearly identified by placards / decals. Controls must be of direct mechanically controlled hydraulic type. All controls shall be spring center to return to the neutral position when released by the operator. Crane functions controlled from the operator station shall include swing, main winch, boom elevation, boom extend and retract, engine speed, and winch. Engine speed shall be only foot controlled via electronic throttle pedal. Simultaneous independent operation of load line, boom functions and swing are required. Control valves to be fine metering with hard chrome plated spools for corrosion resistance. Control valves shall be of a sectional design. 5. OutriggersCrane must be equipped with front and rear out and down style outriggers. The outriggers shall be hydraulically operated in both horizontal and vertical planes through double acting hydraulic cylinders. The hydraulic cylinders shall have pilot operated check valves to lock legs up and down as well as in and out. There shall be a bubble level mounted at each of the operators' stations within view when standing at the control stations. The level bubble shall be located on the control station parallel to the rotation bearing to insure crane is level during operation. 6. Hydraulic System A. Pump. The hydraulic system shall consist of a three section hydraulic pump to allow for simultaneous crane operations (winch, boom and swing). The pump shall be driven by the truck chassis transmission power take-off with truck cab PTO Controls. The pump shall provide capacities of 32, 17 and 8 gpm, 57 gpm combined B. Reservoir. An all steel welded construction 90-gallon reservoir. The reservoir shall include a sight gauge, breather and suction strainer. C. Filtration Minimum filtration requirements fro the hydraulic system shall include a full flow oil filtration system with by pass protection. A 10-micron replaceable cartridge filter shall be provided. D. Hydraulic Oil The machine is to be filled with specially formulated multi viscosity hydraulic oil to meet the lubricity and wear protection requirements of the hydraulic system as well as provide the special friction needs of the wet brakes on this machine 7. Operating PerformancesThe completed unit shall perform the following functions at the specified requirements: A. 360 degrees rotation in 75 seconds. B. Boom up from -10 degrees to +80 degrees in 60 sec / and down in 41 sec. C. Boom Extend from 30' to 100' in 108 sec. and retract in 50 sec. 8. Safety DevicesDevices shall be installed on the crane and truck to accomplish the following: A. An anti two blocking device shall be provided to prevent damage to the hoist ropes or other machine components when extending the boom or raising the load line. The system shall be designed to interrupt either telescope or winch functions to prevent damage. Audiovisual devices only are not acceptable. B. Boom angle indicator. A mechanical boom angle indicator clearly showing the angle of the boom above horizontal shall be located on the boom clearly visible from the operator's platform. C. Hand operated horn to alert personnel of impending movement D. Kill switch to stop truck engine in emergency situation. E. Instructional placard / decal for all boom configurations located on the crane mainframe adjacent to the operators platforms 9. Load Moment Indicator (LMI)The crane shall be equipped with a load moment indicator. This system shall consist of a central microprocessor unit, operating display console, length/angle sensor, pressure transducers and anti two block switches. The LMI shall operate on the principle of a comparison of actual value, resulting from the measurement of force or pressure and boom length and angle during crane operation, compared to reference data stored in the central processor memory. A display console shall be in full view of the operator. This LMI console shall be capable of displaying actual operating data to include load radius, load on load line, boom length and tip height. A load moment indicator shall be provided on display providing a visual aid depicting the amount of crane capacity being utilized. The LMI shall assist the operator in preventing crane overload. This system shall be designed to stop all of the normal crane functions that can increase an overload when maximum capacity is exceeded on the main boom or jib. Any crane function that will reduce the overload condition will remain active. An audible warning shall also be sounded to warn of an overload. 10. Truck Chassis (carrier) RequirementsThe truck chassis for the crane shall be commercially available truck with the following chassis requirements:20,000 GAWR - Front axle20,000 GAWR - Tandem Rear axle261" Wheel base (WB)192" cab to axle (CA) 114" after-frame (AF)30.0 in3 section modulus, 120,000 p.s.i. frame5 speed Allison Automatic Transmission210 hp diesel engine Optional Equipment:Side Stow 24-40' 2-stage jib The following clauses, by reference have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far 52.212-01 Instructions to OfferorsAddenda to 52.212-152.204-06 Data Universal Numbering System (DUNS) Number52.215-05 Facsimile Proposals - Fax No. 801-524-385752.225-18 Place of ManufactureWBR 1452.211-06 Brand Name or Equal (DEVIATION)WBR 1452.222-80 Notice of Applicability - Cooperation with Authorities and Remedies - Child LaborWBR 1452.225-82 Notice of Trade Agreements Act EvaluationsWBR 1452.233-80 Agency Procurement ProtestsET02-20 Authorized Workers Notice to Potential Bureau of Reclamation Contractors 52.212-3 Offeror Representations and CertificationsNote to Offerors: Please include a completed copy of this provision with your offer 52.212-4 Contract Terms and Conditions - Commercial ItemsAddendum to 52.212-0452.204-07 Central Contractor Registration52.233-04 Applicable Law for Breach of Contract Claim52.225-03 Buy American Act Certificate--North American Free Trade Agreement--Israeli Trade ActWBR 1452.211-80 Notice of Intent to Acquire Metric Products and Services52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Quotes are due by close of business, March 19, 2010. In order to receive award, offerors must be registered in the Central Contractor's Registration website at www.ccr.gov. Any questions must be submitted in writing to dwestenskow@usbr.gov or via fax to 801-524-3857.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d5858ff42ad1c4ae9a692ca093ac30d2)
 
Place of Performance
Address: Page, AZ
Zip Code: 86040
 
Record
SN02088606-W 20100312/100310235356-d5858ff42ad1c4ae9a692ca093ac30d2 (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.