Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2013 FBO #4220
SOURCES SOUGHT

J -- GANTRY CRANE MAINTENANCE

Notice Date
6/12/2013
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Surface Deployment and Distribution Command (SDDC), ATTN: SDAQ, 1 Soldier Way, Scott AFB, IL 62225
 
ZIP Code
62225
 
Solicitation Number
W81GYE13X4142
 
Response Due
6/18/2013
 
Archive Date
8/11/2013
 
Point of Contact
Angela Brown, 910-457-8205
 
E-Mail Address
Surface Deployment and Distribution Command (SDDC)
(angela.brown10.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION/Sources Sought (RFI/SS) ONLY. This RFI/SS is for market research and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Army SDDC Acquisition Center. This notice is issued pursuant to Federal Acquisition Regulation (FAR) Part 10 - Market Research, and in accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the US Government to form a binding contract. It does not constitute a Request for Proposal (RFP) or a promise to issue a RFP. Furthermore, those who respond to this RFI/SS should not anticipate feedback with regards to its submission; other than acknowledgement of receipt - if a request for an acknowledgement is requested by the submitter. Responders are advised that the US Government will not pay any costs incurred in response to this RFI/SS. All costs associated with responding to this RFI/SS will be solely at the interested party's expense. Not responding to this RFI/SS does not preclude participation in any future RFP. The information provided in this RFI/SS is subject to change and is not binding on the Government. All submissions become the property of the Government. The purpose of this notice is to identify potential sources that may be interested in and capable of performing the work described and to solicit industry feedback relative to various aspects of the proposed contract effort. The results of this RFI/SS will be compiled and analyzed to design a solicitation to provide scheduled and unscheduled maintenance and repairs on 2 Army owned IMPSA 40 LT Container Cranes. The Army SDDC Acquisition Center has a requirement for IMPSA GANTRY CRANE SERVICES AND REPAIRS providing maintenance personnel on site during periods of scheduled crane operation, up-to-date equipment status reporting and emergency support 24 hours a day/seven days a week to Military Ocean Terminal Concord (MOTCO) in support of the 834th TB/MOTCO mission. This work will be performed at Military Ocean Terminal Concord, 410 Norman Ave, Concord, CA. The Contractor shall provide all personnel, management, supervision, equipment, tools, supplies, materials, transportation, and any other items and services necessary to perform the functions. The North American Industry Classification System (NAICS) Code is 811310, Commercial and Industrial Machinery and Equipment Repair and Maintenance. The small business size standard is set at $7.0 million dollars annually. Work/Service: The Contractor shall provide sufficient qualified labor, gear and equipment and materials to satisfy the scope of this contract. The Contractor shall perform preventive maintenance services on two Army owned IMPSA 40 LT Container Cranes, and components to include, but not limited to: Two Program Logic Computers (PLC), Two Cargo Beams (Sister Hooks and Pad Eyes), two 20 Foot Fixed Length Spreaders (Twist Locks and Pad Eyes), 2 Ton Monorail Chainfalls, Wire Ropes, Personnel Lifts (Elevators), Traveling Mechanisms, Boom Hoist Mechanisms, Hoist Mechanisms, Trolley Traveling Systems, Hoist Hooks, Brake Systems, Crane Structures, Safety Devices, Control Panels, Relays/Electronic Drive Control Systems, Limit/Bypass Systems, Controllers and Resistors in accordance with applicable IMPSA manufacturer's manuals provided by the Government. Scheduled services will be scheduled and performed in accordance with the frequencies and intervals identified in the manufacturer's maintenance and service manuals. The Contractor shall perform all Monthly, Quarterly, Semi-Annual and Annual Services identified in the equipment manufacturer's maintenance and service manuals. Periodic services will include lubrication, adjustment and service part replacement required by the equipment manufacturer's manuals, repair of faults and deficiencies as determined by performance observations, system and component checks, and analysis, replacement of faulty items to avoid projected component failures, (criteria is based on determination of components anticipated service life through to the next scheduled service). The Contractor shall provide appropriate, Government approved, inspection sheets listing preventive maintenance performed and certification that work was accomplished to standard. The Contractor shall provide On-Site Maintenance Support including personnel to affect immediate remedial action(s) in case of equipment breakdown or malfunction. The Contractor shall provide a minimum of two personnel on-site during all periods of crane operations. The Contractor shall provide scheduled certifications, tests and inspections. The required inspections, load tests and certifications shall be in accordance with Title 29, Code of Federal Regulations, Parts 1915, 1917, 1918 and 1919 governing Material Handling Equipment utilized in a maritime application. The Contractor shall provide un-scheduled maintenance and repairs on crane equipment. Repair parts below the $3000.00 threshold approval provided by the COR, repair parts above the $3000.00 threshold will be provided by an SDDC Contracting Officer. Un-scheduled maintenance and repairs will consist of inspection and diagnosis of equipment to determine causes of reported faults and necessary corrective actions required to return equipment to fully mission capable (FMC) status, removal, repair and re-installation of components determined to be at fault, adjustments, and replacement of parts and components with new or rebuilt items that meet or exceed manufacturer's recommended specifications. The Contractor shall provide the COR a written estimate to include costs for labor, parts and materials required to perform any unscheduled maintenance or repair operation and obtain written authorization prior to performing the required maintenance or repair. The Contractor shall provide appropriate inspection sheets listing maintenance and repairs performed and certification that work was accomplished to standard. The Contractor shall provide a 2 hour response time to breakdowns. The Contractor shall be capable of responding 24 hours a day, seven days a week within two hours of notification to perform inspections and maintenance related tasks. Contractor personnel shall be licensed and qualified to operate serviced equipment. The Contractor shall not cannibalize nor control substitute items on any Gantry Crane unless directed by the COR. Additionally, changes to Gantry Crane configuration by a modification in any way without prior approval of the COR is prohibited. The solicitation that may be developed from this announcement will be for a period of 2 years (base year plus one one-year option). Firms who wish to respond to this RFI shall include their business size in accordance with NAICS code 811310, CAGE Code, and any other US Government contracts held should they hold one. If you believe that your company has existing qualified personnel, relevant past performance experience, and the technical capability to perform these type of services AS A PRIME CONTRACTOR, please submit the following information: 1. Company name and mailing address 2.Company point of contact 3.Business Size 4.Capabilities statement describing the ability to perform the services described above along with past similar scope, size, complexity and relevance within the past three years. Provide the name of the project, contract number, value, and period of performance. PLEASE LIMIT YOUR RESPONSES TO FIVE (5) PAGES.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e2f92709235777003b9f9d6f37e6c147)
 
Place of Performance
Address: Surface Deployment and Distribution Command (SDDC) ATTN: SDAQ, 1 Soldier Way Scott AFB IL
Zip Code: 62225
 
Record
SN03088081-W 20130614/130613000546-e2f92709235777003b9f9d6f37e6c147 (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.