SOLICITATION NOTICE
99 -- Electric Hoists, Commercial off the Shelf (COTS)
- Notice Date
- 4/22/2004
- Notice Type
- Solicitation Notice
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- WC133W04RP0021
- Response Due
- 5/7/2004
- Archive Date
- 5/22/2004
- Point of Contact
- Ronald Anielak, Lead Contract Specialist, Phone (816) 426-7267, Fax (816) 426-7530, - Donita McCullough, Supervisory Contract Specialist, Phone (816) 426-7267 xt 227, Fax (816) 426-5067,
- E-Mail Address
-
ronald.f.anielak@noaa.gov, donita.s.mccullough@noaa.gov
- Description
- The U.S. Department of Commerce, NOAA, National Weather Service (NWS) intends to procure a 159 ea. Commercial Off-The-Shelf (COTS) or modified COTS electric hoists to be used to lift equipment, tools, and materials approximately 100 feet from the ground to the interior of the WSR-88D radar dome through a 55?x 62? maintenance hatch. The WSR-88D is currently equipped with a manual winch and davit to support this function. The electric hoist must be mounted in the existing davit socket of the current manual winch davit without modification to the existing socket. The Government anticipates that there are no COTS products available that will meet this requirement without some minimal modification. If no compliant COTS product is available, then the offeror shall modify a COTS design to meet the requirement to fit within the existing davit socket. The contractor shall provide all the necessary personnel, material, equipment, services, and facilities to manufacture the hoists. The Government intends to award a contract to the responsible offeror whose proposal represents the Best Value to the Government following the evaluation criteria and price. The following technical and performance criteria will be used in evaluating the proposals, proposal sample, and descriptive literature: durability of design, ease of installation, ease and frequency of maintenance, adaptability, and warranty. Offerors will be required to submit a ?proposal sample? identical to the planned configuration of the production units and descriptive literature with their written proposal. Proposal sample will be delivered to NWS Engineering Branch, Norman, Oklahoma and the production units will be delivered to NWS, National Reconditioning Center, Kansas City, MO. Delivery period will be 90 days from contract award. As the technical scores of offerors become closely grouped, price becomes a more important factor. The resultant contract will be a firm-fixed price. NAICS code is 333999. Small Business size standard is 500 employees. This acquisition will be unrestricted as to business size. Prospective offerors will have a minimum of 15 calendar days to respond following this publication. Offerors will have 45 calendar days to submit their proposals after issuance of the RFP. All responsible firms may submit an offer which will be considered by the agency. All solicitation requests shall be in writing which may be faxed or e-mailed to attention Ron Anielak or Donita McCullough. Requests must include company name, address, phone number and fax number. Offerors are reminded that only companies registered in the Central Contractor Registry can receive a contract award.
- Place of Performance
- Address: Production Units:, NWS National Reconditioning Center, 1520 East Bannister Road, Kansas City, Missouri
- Zip Code: 64131
- Country: USA
- Zip Code: 64131
- Record
- SN00570858-W 20040424/040422211707 (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 |