Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2003 FBO #0527
SOLICITATION NOTICE

39 -- Overhaul/Repair primarily of Overhead Electric Traveling Cranes

Notice Date
5/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Navy Crane Center, 10 Industrial Highway Mail Stop #82, Lester, PA, 19113-2090
 
ZIP Code
19113-2090
 
Solicitation Number
N3258A-02-R-1624
 
Point of Contact
Jerry McDurmon, Contracting Officer, Phone (610) 595-0921, Fax (610) 595-2214,
 
E-Mail Address
mcdurmonjw@ncc.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This requirement is for the overhaul and or major repair primarily of overhead electric traveling cranes for general-purpose use at Navy activities worldwide. The resulting contract will be a Multiple Award Indefinite Delivery/Indefinite Quantity Contract under which Delivery Orders will be issued for requirements as identified by the various Navy activities. It is anticipated that at least two contracts will be awarded, and possibly up to four. Crane requirements will be competed only among those offerors awarded an Indefinite Delivery/Indefinite Quantity Contract (IDIQ). The contract period will be for a base period of one year, and will include options for up to four additional one year ordering periods. The maximum value of the contract will be $15,000,000 over the life of the contract. The work under the contract may, on occasion, include removal and/or disposal of existing cranes. The initial project to be awarded will be a 20/5 Ton Overhead Traveling Crane (OET) with a 47? 11? span. This crane is located in the Controlled Industrial Area, Building 92, ship fitting and welding shop at the Portsmouth Naval Shipyard, Portsmouth, New Hampshire. The crane, at completion of overhaul, shall comply with all aspects of CMAA 70 and be rated for Class C service. An additional existing 20/5 Ton OET will have to be removed and disposed of by the contractor awarded the initial project. The crane to be overhauled shall be removed from Portsmouth Naval Shipyard to a location of the contractor?s choosing for the overhaul work. The overhaul shall include, but not be limited to: (1) Remove existing wooden-deck foot walk on the drive girder. (2) Remove existing wooden-deck foot walk on the idler girder. (3) Remove existing open cab. (4) Remove existing bridge rails. (5) Remove existing bridge brake. (6) Remove existing bridge wheel bearings and bridge wheel axles. (7) Remove existing trolley wheels, keys, and bearings. (8) Remove existing trolley brake. (9) Remove existing main and auxiliary hoist brake wheels. Remove existing coupling halves from the main and auxiliary hoist motors. (10) Remove existing wire rope from each hoist. (11) Remove existing main hoist drum bearings. (12) Remove existing bushings in the main and auxiliary hoist equalizer sheaves. (13) Remove existing sheave bearings from the main hoist upper head sheaves. (14) Remove existing sheave pin from the main hoist upper head sheaves. (15) Remove existing crane controls for main hoist, aux hoist, bridge, and trolley. (16) Remove existing bare copper conductors used for bridge conductor system. (17) Remove existing main hoist, auxiliary hoist, bridge, and trolley DC motors. (18) Remove existing runway conductor system including collectors and collector shoes. (19) Provide and install a new full-length diamond-tread foot walk on the drive girder. (20) Provide and install a new full-length diamond-tread foot walk on the idler girder. (21) Provide and install a new crossover foot walk between the drive girder foot walk and the idler foot walk. (22) Provide and install new bridge rails. (23) Provide and install new electric bridge and trolley brakes (24) Provide and install new hydraulic-type bridge bumpers for both ends of the crane. (25) Provide and install new bridge wheel bearings and bridge wheel axles. (26) Provide and install new trolley wheels and bearings. (27) Provide and install new wire rope for each hoist. (28) Provide and install new brake wheels for both main and auxiliary hoists. (29) Provide and install new coupling halves on both main and auxiliary hoist motor shafts. (30) Provide and install new main hoist drum bearings. (31) Provide and install new bushings in the main and auxiliary hoist equalizer sheaves. (32) Provide and install new sheave bearings in the main hoist upper head sheaves. (33) Provide and install a new sheave pin in the main hoist upper head sheaves. (34) Provide and install new closed-loop flux vector controls for each hoist and adjustable frequency controls for the bridge and trolley drives. (35) Provide and install new remote radio (two units) control with back-up pendant pushbutton station. (36) Provide and install a new storage locker for the removable backup pendent pushbutton station on the drive girder foot walk. (37) Provide and install an adjustable geared control circuit type primary upper hoist limit switch for each hoist. (38) Provide and install an adjustable geared control circuit type hoist lower limit switch for each hoist. (39) Provide and install two keyed switches; one for bypassing the new upper geared limit switch and one for backing out of the existing secondary weighted upper limit switch. (40) Provide and install new festoon system for bridge conductor system. (41) Provide and install new main disconnect switch with lockout capability. (42) Provide and install new AC single-speed vector design squirrel cage motors, with blower and encoder for each hoist. The bridge and trolley drive motors shall be AC single speed inverter duty squirrel cage induction type. All motors shall have a continuous rating. (43) Provide and install a new enclosed four conductor, copper, safety rail type runway conductor system including collectors and collector shoes in building 92. (44) Provide and install three new floodlights under the drive girder. (45) Provide and install an anchorage on the trolley as detailed in paragraph 3.6.5. (46) Provide and install a self-closing swinging gate on the north building platform for access to the crane as detailed in paragraph 3.6.4. (47) Provide a rail survey for the existing runway rails in building 92. (48) The crane and new components shall be painted brilliant yellow. The solicitation for the initial project contains Contract Data Requirements Lists that describe the types of technical data required and its format. Exercise of the options are at the discretion of the Contracting Officer. The Evaluation of proposals will be in accordance with Source Selection Procedures. Offerors shall submit proposals consisting of Technical evaluation factors and Price. Price shall be independent and severable from Technical. Each proposal will be evaluated independently of the other by a technical evaluation team and a price evaluation team. The technical proposal shall not contain any references to price or pricing methods. Technical evaluation factors may include but not be limited to Relevant Past Performance and Management Approach. For this solicitation, all evaluation factors, other than Price, when combined, are approximately equal to price in their importance. Pricing Proposals shall be submitted as an original and four copies. Seven copies of the Technical Proposal are required. The Technical Proposal shall be limited to thirty-five pages, exclusive of resumes, charts, graphs, drawings, and schedules. The type size for the Technical Proposal shall not be smaller than 12 cpi. Pages exceeding the thirty-five-page limit will not be read. References will be required for past work experience and resumes for each offeror's engineers, project managers and quality control managers. This will also apply to any subcontractors the offeror intends to make a part of their proposal. All Buy American and American Flag Shipping clauses in FAR and DFAR will be utilized in the procurement. The solicitation may be downloaded by visiting the electronic solicitation website at the following internet address (URL): http://www.esol.navfac.navy.mil/. Interested parties are highly encouraged to register at the website prior to downloading the solicitation. . All offerors responding will be required to print, complete and return the necessary number of hard copies of the solicitation, including Section K and any other clauses or provisions required to be filled in by the offeror, as well as attachments along with their proposals. The basis for any award resulting from the Request For Proposal shall be based on the best value to the Government; price, technical and other factors considered, which will be evaluated on an equal basis. A pre-proposal conference will be held at Portsmouth Naval Shipyard, Portsmouth, NH fifteen days after initial issuance of the solicitation. This is A SMALL BUSINESS SET ASIDE SOLICITATION.
 
Place of Performance
Address: Initial project will be:, Portsmouth Naval Shipyard, Portsmoutn, NH
Country: USA
 
Record
SN00320537-W 20030510/030508213624 (fbodaily.com)
 
Source
FedBizOpps.gov 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.