SOURCES SOUGHT
35 -- MOBILE BOAT HOISTS AND TRANSFER CAR SYSTEMS
- Notice Date
- 11/23/2004
- Notice Type
- Sources Sought
- NAICS
- 336999
— All Other Transportation Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC HQ, Code 022G 1322 Patterson Avenue SE Suite 1000, Washington, DC, 20374-5065
- ZIP Code
- 20374-5065
- Solicitation Number
- N00025-05-R-1001
- Response Due
- 12/3/2004
- Archive Date
- 9/30/2005
- Description
- The Naval Facilities Engineering Command, Sealift Support Progam Office is seeking potential sources to procure five (5) Mobile Boat Hoists and 2 Travel Car Systems. General requirements for a Mobile Boat Hoist is as follows: The Mobile Boat Hoist shall be capable of handling craft as large as 24 feet wide, 90 feet long, 8 feet high and weighing 115 long tons. The Mobile Boat Hoist shall be capable of stacking these craft at least three high. Vendor is to supply a Mobile Boat Hoist with a capacity of 150 long tons per the stupulated delivery schedule. Hoists shall be delivered, assembled and verified operational to the required locations. All material used in construction of the Mobile Boat Hoist is to be new and of good commercial quality. The steel used in the frame is to comply with ASTM A-36 grade or ASTM A572 grade steel. The Hoist shall be designed/equipped as follows: Height: Inside clearance height: 30 feet Overall height (max): 33 feet Width: Inside clearance width: 30 feet 6 inches Overall width (max): 40 feet 6 inches Cable Drop: Enough cable drop to support lifting operations that are up to 20 feet below grade. Gradeability: Ability to traverse a maximum grade of 6% under full load.. Equipped with tie off cleats. The hoist shall be constructed with an integral ladder(s) and platform(s) (or similar), which allows access to the decks of craft, as they are being stacked. Stanchions and lifelines and other similar means shall be used to protect personnel from falling. Hoist shall be equipped with a 12-Volt lighting system capable of sufficiently illuminating the working area in support of hoist operations (minimum of 1 million candle power per light). Hoist shall be capable of at least two lifting speeds. Mobile Boat Hoist shall come equipped with (6) Spreaders, (6) slings plus (12) chine pads and (6) keel pads. Mobile Boat Hoist shall be equipped with spreader beams with adjustable lift points. Adjustable lift points shall be adjustable manually over the full length of the spreader beam (this is to allow flexibility to lift a varied size of craft). Hydraulic systems shall incorporate moisture separators. Paint system shall consist of a standard 2 part epoxy primer with a compatible 2 part polyurethane topcoat. Color shall be blue and/or grey. The following records pertaining to coatings and coating application shall be maintained. a. Name of paint/coating, manufacturer, batch number, date of manufacture and expiration, b. Two copies of Material Data Safety Sheets, c. A copy of manufacturer?s warranty. The Vendor shall provide and install a 316 SS label plate in proximity to the operator?s station. Plate thickness shall be 12-gauge minimum. Label size shall be 3" x 5" minimum and lettering shall be a minimum of 1". Each label shall contain the following information as a minimum: a. Mobile Boat Hoist weight in pounds/long tons. b. Mobile Boat Hoist capacity in long tons. c. Year manufactured. d. Manufacturer. e. Contract number. f. Yearly operational/load test documentation, to include i) Required test weight ii) Test date and certifying entity for original test iii) Space for recording subsequent yearly testing, include test date and certifying entity. Note: The test load shall be 110% of rated capacity This information shall also be recorded in the applicable drawing(s) and manuals. Transfer Car System (TCS): The following provides the general requirements for a Transfer Car System to support boat hoist operations at NAB Little Creek in Norfolk Virginia. The TCS shall be used to physically transfer craft into and out of the existing paint and blast facility in support of blast and paint operations. The paint and blast facility consists of a North and South bay, the interior dimensions of each bay are: 32? wide, 35? high and 125? long. Vendor is to supply two Transfer Car Systems with each capable of handling a load of 150 long tons per the stipulated delivery schedule. Transfer Car Systems shall be delivered, assembled and verified operational to ACB-2, Naval Amphibious Base Little Creek, Norfolk VA. All material used in construction of the TCS is to be new and of good commercial quality. The steel used in the frame is to comply with ASTM A-36 grade or ASTM A572 grade steel. The TCS shall be designed/equipped as follows: The TCS shall consist of one or more individual Transfer Cars. The TCS shall be capable of handling a load of 150 long tons and a craft size up to 24 foot wide by 90 feet long. If the TCS consists of one or more individual Transfer Cars, they must possess the ability to be coupled. The number of individual Transfer Cars utilized to make-up a TCS shall be minimized. The TCS shall be sized to support the designated craft and still be able to transit through the paint and blast facility. Once the TCS, loaded with craft, is stationed within a bay, there should be sufficient area around and beneath the craft to accommodate blast and paint operations. The TCS shall not exceed 100 feet in length in order to accommodate the closing of bay doors. Vendor shall verify how the TCS will fit into the facility and show via plan how accessibility for blast and paint operations has been maximized. Once assembled, and loaded with a craft, the TCS shall be pulled into the paint and blast facility, via stationary (e.g. winch) or mobile equipment (e.g. tractor). The TCS shall be equipped with a braking system. The brake shall be able to hold the TCS in place under full load on a gradient of up to 6 degrees. The TCS shall be constructed with a flat top surface. This is so that keel blocks may be placed on the TCS in support of craft loading/placement. Vendor may suggest a different means to support craft keeping in mind to minimize surface contact between craft and supports in order to maximize blast and paint operations. Each TCS shall be constructed with an integral ladder or steps to allow personnel access to the bed area of TCS. Exposed areas and components subject to damage (i.e. wheels, brakes, brake lines, etc.) shall be covered and protected to prevent damage from blast and paint operations. The TCS shall utilize the same or similar paint system as the Mobile Boat Hoist. The following records pertaining to coatings and coating application shall be maintained. a. Name of paint/coating, manufacturer, batch number, date of manufacture and expiration, b. Two copies of Material Data Safety Sheets, c. A copy of manufacturer?s warranty. The Vendor shall provide and install a 316 SS label plate to each side of a Transfer Car. Plate thickness shall be 12-gauge minimum. Label size shall be 3" x 5" minimum and lettering shall be a minimum of 1". Each label shall contain the following information: a. An unique serial number. The first completed Transfer Car shall be identified as ?TRANSFER CAR #1? , the next completed car shall be ?TRANSFER CAR #2? and so on for each subsequent car. b. Transfer Car weight in pounds/long tons. c. Transfer Car capacity in long tons. d. Year manufactured. e. Manufacturer. f. Contract number. This information shall also be recorded in the applicable drawing(s) and manuals. Contractors shall provide responses by close of business 03 December 2004. Responses shall include name of company, organization and/or division group, specify company status such as hubzone, large or small business, telephone number and e-mail address. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government reserves the right to consider a hub-zone set-aside, small business set-aside or an 8(a) set-aside based on the responses received. All inquiries concerning this synopsis shall be directed to Ms. Denise Wilson, Contract Specialist, telephone (202)685-6037, e-mail Denise.Wilson1@navy.mil or Ms Robbin Bruce, Contracting Officer, telephone (202)685-6030, e-mail Robbin.Bruce@navy.mil.
- Record
- SN00712473-W 20041125/041123212158 (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 |