Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 15, 2020 SAM #6803
SOLICITATION NOTICE

38 -- ROUGH TERRAIN CRANE 80 TON IN SUPPORT OF YOKOSUKA AND SASEBO

Notice Date
7/13/2020 6:49:44 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
NAVAL FAC ENGINEERING CMD FAR EAST FPO AP 96349-0013 USA
 
ZIP Code
96349-0013
 
Solicitation Number
N40084-20-T-0011
 
Response Due
7/23/2020 12:30:00 AM
 
Archive Date
08/07/2020
 
Point of Contact
Sarah R. Lowell, Phone: 81468165625, Joshua J. H. Kaimikaua, Phone: 01181468162047
 
E-Mail Address
sarah.lowell@fe.navy.mil, joshua.kaimikaua@fe.navy.mil
(sarah.lowell@fe.navy.mil, joshua.kaimikaua@fe.navy.mil)
 
Description
*** THIS SOLICITATION IS EXTENDED UNTIL 23 JULY 2020, AT 1630 JST. THE SOLICITATION HAS ALSO BEEN REVISED TO INCLUDE FAR�52.229-11 and FAR 52.229-12. SEE REVISED ATTACHMENTS 2 AND 3 WITH CHANGES HIGHLIGHTED IN RED. THE BELOW PROVIDES RESPONSES TO QUESTIONS RECEIVED FOR THIS SOLICITATION*** ****Item 0001**** Q. ITEM 0001, ROUGH TERRAIN CRANE MINIMUM # OF VEHICLE REQUIRED & CHARACTERISTICS (13)� 3-way Simultaneous Communication Hands Free Radio System with Speaker and Battery Charger: Do we correctly understand your meant ""3-way"" is one radio base station and 2-way 2 units walkie-talkie devices? A.�""3-way"" means 3-way simultaneous communication capability among one radio base station ( installed in the crane operator's cab) and two hand-held radios. The government requirement is to allow 3 personnel (a crane operator & two signal persons) to communicate simultaneously. ****Item 0002**** Q. ITEM 0002, ROUGH TERRAIN CRANE MINIMUM # OF VEHICLE REQUIRED & CHARACTERISTICS (13)� 3-way Simultaneous Communication Hands Free Radio System with Speaker and Battery Charger: Do we correctly understand your meant ""3-way"" is one radio base station and 2-way 2 units walkie-talkie devices? A.�""3-way"" means 3-way simultaneous communication capability among one radio base station ( installed in the crane operator's cab) and two hand-held radios. The government requirement is to allow 3 personnel (a crane operator & two signal persons) to communicate simultaneously. Q. ITEM 0002, ROUGH TERRAIN CRANE MINIMUM # OF VEHICLE REQUIRED & CHARACTERISTICS (19) Document Stating: Please kindly accept that manufacturers can certify only rated capacity in document. At least, they can design more than 105% safety. A. Not acceptable. As part of the crane load test, the load shutdown device test needs to be conducted and the test allows up to 105% of the crane rated capacity in accordance with Navy crane program manual (NAVFAC P-307). The government requirement is to receive written document from a crane manufacturer certifying that the crane is safe to be load tested 105% to ensure reliability and safety of the crane.� Q. ITEM 0002, ROUGH TERRAIN CRANE MINIMUM # OF VEHICLE REQUIRED & CHARACTERISTICS (19) Document Stating: Please kindly accept 100t crane can afford to meet required 105% crane capacity(84t). A. Not acceptable. The government requirement is to procure a crane with 80 metric ton capacity per Attachment 1. Q. ITEM 0002, ROUGH TERRAIN CRANE MINIMUM # OF VEHICLE REQUIRED & CHARACTERISTICS (24) Wire Rope Breaking Strength Certificate: Please accept only ""A certificates of wire rope shall be provided prior to the factory load testing"" only. A. Not acceptable. Not acceptable. The government requirement is to observe the factory load testing conducted in accordance with NAVFAC P-307. Q. ITEM 0002, ROUGH TERRAIN CRANE MINIMUM # OF VEHICLE REQUIRED & CHARACTERISTICS (28) U. S. Government Initial Testing: Please accept quality guarantee certificate stamped and issued by reliable manufacturers instead of carrying out U. S. Government Initial Testing. Manufacture can't accept pre-delivery inspection observed by government. A. Not acceptable. The government requirement is to conduct quality assurance inspection and observe the factory load testing at the manufacturer's facilities prior to delivery of the crane. This is to ensure the crane meets the government requirements (NAVFAC P-307) prior the crane delivery which allows the government to avoid potential quality deficiencies after the crane delivery.� Q. ITEM 0002, ROUGH TERRAIN CRANE MINIMUM # OF VEHICLE REQUIRED & CHARACTERISTICS (29) Training: a) b) Do we correctly understand operator is Japanese? A. Yes, all crane operators taking the training are Japanese.� Q. ITEM 0002, ROUGH TERRAIN CRANE MINIMUM # OF VEHICLE REQUIRED & CHARACTERISTICS (29) Training: a) Please accept training time is four sessions with 4 hours per session. Manufacturers can carry out 2-days training for operators. According to manufacturers, generally it's enough for general customers in domestic rules. A. Not acceptable. The government requirement is to ensure all crane operators spend sufficient time to familiarize themselves with technical features and characteristics of the new crane during the training. Eight sessions (4 hours each) of the training are required to meet the requirement.���� Q. ITEM 0002, ROUGH TERRAIN CRANE MINIMUM # OF VEHICLE REQUIRED & CHARACTERISTICS (29) Training: a) If you can't accept Q8, please provide us the information of end-user's proficiency of crane or concrete acquirements of skills and knowledge. A. The crane operators have 3 to17 years of experience operating the government mobile cranes as qualified Navy crane operators. Q. ITEM 0002, ROUGH TERRAIN CRANE MINIMUM # OF VEHICLE REQUIRED & CHARACTERISTICS (29) Training: b) Please accept 2 hours explanation for Maintenance, inspection and testing training. According to manufacturers, generally they don't carry out training of maintenance, inspection and testing. A. Not acceptable. The government requirement is to ensure all crane mechanics spend sufficient time to familiarize themselves with maintenance and inspection procedures of the new crane during the training. Three-day training (8 hours per day) is required to meet the requirement.�� ******************************************************************************************************************* ***THIS SOLICITATION IS EXTENDED UNTIL 17 JULY 2020, AT 1630 JST. QUESTIONS WERE RECEIVED AND HAVE NOT YET RECEIVED THE ANSWERS. ONCE THE ANSWERS TO THE QUESTIONS HAVE BEEN RECEIVED, THEY WILL BE POSTED*** ***THIS SOLICIATION IS EXTENDED UNTIL 8 JULY 2020, AT 1630 JST. WE RECEIVED QUESTIONS AND HAVE NOT YET RECEIVED THE ANSWERS FOR THIS SOLICIATION*** ***THE FOLLOWING QUESTIONS WERE RECEIVED FOR THIS SOLICITATION*** ****Item 0001**** Q. #17 Drive Type indicates your wanting an 3 axle crane , all terrain? Header on specification says Rough Terrain. Can you clarify? A.� The all-terrain and rough terrain are same meaning and regardless of the number of axles but, more than 100t lifting crane is calling all terrain In Japanese market. Our requirement that minimum 80t lifting crane is less than 100t lifting and therefore, stated ""rough-terrain"". Q. Nowhere in the specification does it mention one winch or two. You are asking for a hookblock, ball and extendable jib.�Assumptions you want two, please confim. A. The cranes shall have two winches because, we are requiring main hook and auxiliary hook lifting� capacity. Requiring hood block and extendable jib also because our requirement is completely more than 80t lifting capacity cranes.� There is no crane without these equipment in Japanese market. Also�stated in the specs�""Vehicle/Equipment and furnished accessories shall comply with Japanese Motor Vehicle Safety Standards"" in the spec and it is meaning that various equipment are including to use crane safely. ****Item 0002**** #20 Drive Type indicates your wanting an 3 axle crane , all terrain? Header on specification says Rough Terrain. Can you clarify? A.� The all-terrain and rough terrain are same meaning and regardless of the number of axles but, more than 100t lifting crane is calling all terrain In Japanese market. Our requirement that minimum 80t lifting crane is less than 100t lifting and therefore, stated ""rough-terrain"". Nowhere in the specification does it mention one winch or two. You are asking for a hookblock, ball and extendable jib. I am assuming you want two, please confim. A. The cranes shall have two winches because, we are requiring main hook and auxiliary hook lifting� capacity. Requiring hood block and extendable jib also because our requirement is completely more than 80t lifting capacity cranes.� There is no crane without these equipment in Japanese market. Also�stated in the specs�""Vehicle/Equipment and furnished accessories shall comply with Japanese Motor Vehicle Safety Standards"" in the spec and it is meaning that various equipment are including to use crane safely. ******************************************************************************************************************* This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is N4008420T0011 and is issued as request for quotation (RFQ) for the Procurement of two (2) 80 Metric Ton Rough Terrain Cranes for PWD Yokosuka and Sasebo, Japan. Line item numbers(s) and items, and quantities are listed as follows, all for delivery to various locations in Japan: CLIN� Description����������������� ������������ Delivery To��� ���� ������ Qty����� ���� UOM��������� 0001��� 80t Rough Terrain Crane ������ Yokosuka, Japan����� ������1������ �� ����Ea 0002��� 80t Rough Terrain Crane ��������Sasebo, Japan ����������� ���1������ ������ Ea Description of requirements for the items to be acquired are outlined in Attachment 1: Specification � Mandatory Characteristics For Each Item Being Purchased Under this Solicitation. Only new items may be offered. Reconditioned or used items will not be accepted. Units must be free on board (FOB) destination (Yokosuka and Sasebo, Japan), which means that the seller must deliver the goods on its conveyance to the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Date(s) and place(s) of delivery and acceptance are outlined above, as well as in Attachment 1. The following provisions and clauses apply to this acquisition, in addition to those contained in Attachment 2: Clauses-Provisions. Refer to this Attachment 2 for more detail.�� FAR 52.212-1��� Instructions to Offerors � Commercial Items, including addendum. FAR 52-212-2 �� Evaluation � Commercial Items FAR 52.212-4 �� Contract Terms and Conditions � Commercial Items, including addendum FAR 52.212-5 �� Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06, effective 05-06-2020. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The full text of the referenced clauses may be accessed electronically at: FAR: https://www.acquisition.gov/browse/index/far DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html SUBMISSION REQUIREMENTS & BASIS OF EVALUATION Submittal Requirements: The Offeror shall complete and submit the following in the order shown below: Price Schedule, Attachment 4, to include acknowledgements of amendments, if any. Quotations shall be priced in Japanese Yen ONLY. Quotations not priced in Japanese Yen will be considered non-responsive and will not be evaluated. Completed Attachment 1: Specification - Mandatory Characteristics for each item being purchased under this solicitation. Completed Representations and Certifications, Attachment 3. ����������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������0Note: The failure of an Offeror to complete and submit items a, and b will result in the Offeror�s quote being deemed non-responsive and ineligible for further consideration for award.� Submission of item c is strongly encouraged to facilitate responsibility assessment per FAR 9.104-1. Basis of Evaluation of Price: The Government will evaluate price per Item No(s) that conform to the solicitation (i.e., meet all minimum mandatory requirements specified in Attachment 1: Specification - Mandatory Characteristics for each item being purchased under this solicitation) to determine fairness and reasonableness in accordance with FAR 13.106-3. This announcement will close at 14:30 PM JST on Friday, 26 June 2020. Quotes shall be delivered by email to the Contract Specialist at sarah.lowell@fe.navy.mil. � It is important to note that this combined synopsis/solicitation requesting a quote shall not be construed as obligating the Government to award a contract or authorizing work to commence and shall not serve as a basis for any future claims against the Government. The NAICS code for this procurement is 333923; Size standards in number of employees: 1,250.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/345546b7e6d44bf2b0ad4309ba96dc62/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN05719206-F 20200715/200713230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.