Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2025 SAM #8662
SOLICITATION NOTICE

39 -- CHESTER 3 TON UNIT TROLLEY CHAIN HOIST

Notice Date
8/12/2025 10:10:32 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N0024425QS094
 
Response Due
8/15/2025 2:00:00 PM
 
Archive Date
08/30/2025
 
Point of Contact
MICHELLE MUNIZ, Phone: 6195565529
 
E-Mail Address
michelle.a.muniz.civ@us.navy.mil
(michelle.a.muniz.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; �quotations� are being requested, and a written solicitation document will not be issued. The solicitation number N00244-25-Q-S094 and it is being issued as a Request for Quote (RFQ). RFQ N00244-25-Q-S094 shall be used to reference any written quote provided under this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04 published in the Federal Register on 12 May 2025. Small business joint venture quoters have to submit the joint venture representations at paragraph (c) of Federal Acquisition Regulation (FAR) solicitation provision 52.212-3, Quoter Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, with each offer. This is a Small Business Set-Aside competition requirement. The North American Industry Classification System (NAICS) code for this project is 333923 with a size standard of 1,250 employees. All interested companies shall provide a quotation for: Line Item Description 1 EACH ITEM NUMBER C1422-0300, CHESTER 3 TON UNIT ***BRAND NAME ONLY*** Required Delivery Date/Period of Performance is: 36 weeks after date of contract. Delivery Address: ATTN: USS THEODORE ROOSEVELT (CVN-71) R21247 LS2 HAYDEN MEAD BLDG 1, QUAY ROAD SAN DIEGO CA. 92135-5017 SPECIFICATIONS ITEM NUMBER C1422-0300, CHESTER 3 TON UNIT ***BRAND NAME ONLY*** ZEPHIR LHR HAND GEARED TROLLEY CHAIN HOIST 6000# CAPACITY HOIST-SPUR GREARED, LOW HEADROOM, TROLLEY SUSPENSION SPEC. MIL-H-904E AMEND 1 CLASS 1 OR TYPE 2 G CAPACITY 6000 POUNDS. TROLLEY TYPE � GEARED WITH CLAMP CLAMP TYPE-LEVEL OPERATED LIFT TYPE-LINK CHAIN I-BEAM TRACK SIZE 14� X 7� TEE (CUT FROM 24�X 7�X 79.7# I WITH 12�X3� CHANNEL CAP) MIN/ DISTANCE BETWEEN TRACK AND CHOOK: 7-34� HOOK TRAVEL - 8�0� HAND CHAIN DROP � 5�0� MAX HALF WIDTH � 12-1/8� MIN TRACK RADIUS - N/A SWITH � N/A TURNABLE OPERATING CIRCLE � N/A SHOCK REQUIREMENTS � GRADE C BUMPERS � TO ENGAGE STOPS, NN DWG 1722-42, DET �F� SHEET B. REF. CHESTER DRAWING DWG. C-16695R2 TAG � �THIS HOIST CONTAINS NO CASE IRON OR ALIMINUM IN LOAD BEARING CASTINGS� DUPLICATE OF SN: ZLG-4617-6000 EXCEPT FOR CHAIN CONTAINER HAND CHAIN DROP (FEET):5 TROLLEY HAND CHAIN DROP (FEET):5 CHAIN CONTAINER: UP TO 10� LIFT LOAD CHAIN MATERIAL: ZINC PLATED HOIST AND CHAIN MATERIAL: ZINC PLATED TROLLEY HAND CHAIN MATERIAL: ZINC PLATED TROLLEY ADJUSTMENT RANGE: SPECIAL BEAM SIZE ZLHR FOR WHEEL SPACER :***SPECIAL*** DROP STOPS: YES RUBBER BUMPERS: YES TRACK CLAMPS: YES TRACK CLAMP HAND CHAIN DROP: 5 TRACK CLAMP HAND CHAIN METERIAL: ZINC PLATED FLANGE THICKNESS: 3/4MAX THICKNESS CAPACITY (TONS): 3 TON TAG: STANDARD CHESTER TAGS PAINT: RED ENAMEL (End of Specification) Addenda to provision 52.212-1 are included herein. The provision 52.212-2 is applicable and specific evaluation criteria included in paragraph (a) of the provision. Award shall be made to the quoter, whose quotation, is evaluated as the lowest priced technically acceptable. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor �meeting or exceeding the requirement listed in the Performance Work Statement�, (2) Past Performance and (3) price. Quoters shall include a completed copy of provision 52.213-3 and its Alternate I with its quote. The clause 52.212-4 is applicable. The clause 52.212-5 is applicable and properly indicated with which FAR provisions and clauses are applicable to this procurement. Additional Contract requirements: NOTE 1: ***BRAND NAME ONLY** NOTE 2: QUOTE MUST LIST ALL THE SPECIFICATIONS. FAILURE TO MEET ALL SPECIFICATIONS WILL RESULT IN REJECTION OF QUOTE. NOTE 3: FAILURE TO MEET THE EVALUATION CRITERIA WILL RESULT IN REJECTION OF QUOTATION. NOTE 4: NO PARTIAL BIDS ALLOWED. NOTE 5: THE METHOD OF PAYMENT FOR THIS PROCUREMENT SHALL BE CREDIT CARD NOTE 6: SUBSTITUTIONS WILL NOT BE ACCEPTED NOTE 7: MUST BE BRAND NEW, REFURBISHED ITEMS WILL NOT BE ACCEPTED. Defense Priorities and Allocations System (DPAS) and assigned rating: N/A This combined synopsis/solicitation will close at 2:00 P.M (PST) San Diego, California Time on 15 August 2025. Submit vendor quote to the Contract Specialist, Mrs. Michelle Muniz, via email to the address michelle.a.muniz.civ@us.navy.mil and stating - Solicitation N00244-25-Q-S094 CHESTER 3 TON UNIT Questions on this solicitation shall be submitted to the Contract Specialist via email. The Government will attempt to answer all questions in timely manner and will be made available publicly. However, question(s) submitted near the solicitation closing date may not provide sufficient time for the Government to respond. Therefore, quoters are hereby directed to submit question(s) not later than 1:00 PM San Diego, California time on 14 August 2025. QUESTIONS REGARDING THIS SOLICITATION HAVE TO BE SUBMITTED VIA EMAIL. ANSWERS *********PLEASE SEE ATTACHED COMBINED SYNOPSIS SOLICITATION FOR FULL DOCUMENT*******
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cf478bf992fb403aa418985ce64bb77f/view)
 
Place of Performance
Address: San Diego, CA 92131, USA
Zip Code: 92131
Country: USA
 
Record
SN07547342-F 20250814/250812230049 (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.