|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1997 PSA#1912US Army Engr Dist New Orleans, PO Box 60267, New Orleans La. 70160 39 -- PERSONNEL/FREIGHT ELEVATOR SOL DACW29-97-R-0050 DUE 091597 POC
Contact Point, Diane Taylor, Contract Specialist, (504)862-1156 This is
a combined synopsis/solicitation for a best value commercial item
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; proposals are being
requested and a written solicitation will not be issued. The U.S. Army
Corps of Engineers, New Orleans District requires a passenger/freight
elevator at the floating guide wall to the top landing of the lock
wall at Port Allen Lock, Port Allen, LA furnished and installed which
meets all applicable OSHA or ANSI A17.1 Part XV safety requirements
whichever is more stringent. The elevator guide rail shall be mounted
to a support tower structure and the support tower must have no fixed
connection to the lock wall. The overall travel distance varies from
approximately 15 feet at high water to 60 feet at low water within
final up and down travel limits. The fully enclosed elevator car shall
have two doors at opposite sides, a carrying capacity of 3-4 adult
male passengers and travel at an approximate speed of 120 feet per
minute. The car shall have a bottom landing 3-4 feet above base pad
with acccess from a base platform and stairs with non-skid surface. A
chain-link fence enclosure along with a pit stop switch shall be
provided to protect the base area. Electrical power source is
available. All electrical systems must comply with NFPA 70 National
Electrical Code and shall include landing/car single push-button,
two-landing variable stop operating devices for automatic stop and door
opening and an emergency alarm signal and emergency car lighting
system. The elevator shall be key lock protected and the car must
contain a stainless steel certificate frame engraved with
manufacturer's name and carrying capacity with transparent plexiglas
lens and be of sufficient size to encase the required inspection
certificate. Project includes delivery of all manufacturing,
installation, maintenance, replacement parts and warranty documentation
and shall be completed within 60 calendar days after notice of award.
A pre-proposal site visit is scheduled for 10:00 a.m., 28 August 1997
during which general drawings of the lock will be provided. Delivery
shall be FOB destination at the Corps' Port Allen Lock, 2101 Ernest
Wilson Drive, Port Allen, LA. The provision at 52.212-1, Instruction to
Offerors -- Commercial Items, the clause at 52.212-4, Contract Terms
and Conditions -- Commercial Items, the clause at 52.212-5, Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
-- Commercial Items, and the clauses at 252.212-7001, Contract Terms
and Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items apply to this
acquisition. The significant evaluation criteria at 52.212-2,
Evaluation -- Commercial Items included in paragraph (a) of that
provision is Technical Capability, Past Performance, and Price:
Technical Capacity and Past Performance are of equal importance and
when combined slightly higher than price. Include product descriptive
literature with offer and a completed copy of the provision at
52.212-3, Offeror Representations and Certifications -- Commercial
Items. Offers are due by no later than 15 September 1997, 2:00 p.m.
local time, at USAED-NOD, Attn: CEMVN-CT-P, Foot of Prytania Street,
New Orleans, LA 70118 with faxed offers accepted at (504) 862-2889. See
Note 1 (0227) Loren Data Corp. http://www.ld.com (SYN# 0262 19970819\39-0002.SOL)
39 - Materials Handling Equipment Index Page
|
|