Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2005 FBO #1161
SOLICITATION NOTICE

39 -- Woods Hole, MA - 50 Ton Straddle Type Boat Hoist.

Notice Date
1/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 300 Metro Center Boulevard, Warwick, RI, 02886
 
ZIP Code
02886
 
Solicitation Number
HSCGG1-05-R-3WK071
 
Response Due
2/28/2005
 
Archive Date
3/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
ISSUE DATE: 01/28/05. Contractor shall provide all labor, materials, equipment, transportation, supervision and disposal to provide a 50 Ton Straddle Type Boat Hoist. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulations 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 solicitation number is HSCGG1-05-R-3WK071 and is issued as a Request For Proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. This acquisition is 100% set aside for small business concerns. The applicable NAICS code is 333923 and the small business size standard is 500 employees. Three Contract Line Items are required. One for the Boat Hoist (including testing), one for Shipping, and the third for Disassembly and Disposal of existing travel lift. The resulting contract will be a firm fixed price contract. Contract Line Item 001: Boat Hoist (w/testing): $____________ Contract Line Item 002: Cost of shipping: $____________ Contract Line Item 003: Disassembly/Disposal $____________ General Description: This specification describes a straddle type carrier crane of open end construction consisting of a substantial steel structural frame, supported by four wheels with pneumatic tires, capable of straddling and carrying loads or boats with high mast and superstructure. A diesel powered hydraulic system shall be used for propulsion, steering and to power the hoisting system. Provide material and equipment that are standard products of manufacturers regularly engaged in the manufacture of such products, which are of a similar material, design and workmanship. Standard products shall have been in satisfactory commercial or industrial use for four years prior to bid opening. The four-year use shall include applications of equipment and materials under similar circumstances and of similar size. The product shall have been for sale on the commercial market through advertisements, manufacturers? catalogs, or brochures during the four-year period. Delivery: The Boat Hoist shall be delivered within 90 calendar days of award to U. S. Coast Guard Group Woods Hole, 1 Little Harbor Road, Woods Hole, MA 02543. The U.S. Coast Guard point of contact is LT Suzanne Brown at 508-457-3310. The Boat Hoist shall be delivered assembled and tested as specified prior to acceptance by the Government. The Contractor shall be present to receive any and all materials shipped to Group Woods Hole. The USCG shall not be used as shipping addressee. Operation, Parts, and Maintenance Manuals: The Contractor shall provide an original and two copies of an operation and maintenance manual for the specific equipment purchased. As a minimum this manual shall include: a. A step-by-step operator's guide for performing operations in a safe manner. b. A manufacturer's commercial parts list for all components. The list shall include as a minimum, for each component and part, the manufacturer's part number, source of supply, disassembly and assembly instructions, and orientation to adjacent components. c. A manufacturer's suggested preventive maintenance schedule (PMS) including a checklist for daily, weekly, monthly, quarterly, semiannual, and annual PM checks. The schedule shall describe the procedure, tools necessary to perform the procedure, disassembly and assembly instructions, and diagrams of lubrication/check points. Manufacturer?s Warranty: The equipment manufacturer shall provide a typewritten warranty for the boat hoist. The warranty shall include, but not be limited to, provisions for the Government against defects in manufacturing, constructing, assembling, and testing. The warranty shall be in accordance with the FAR 52.246-18 for a period of 12 months. Rated load: The 50 ton lift shall have a minimum rated lifting capacity of 110,000 pounds equally distributed between two sets of hoists, with four independently powered winch drums driven with hydraulic motors. Materials and Construction: All material used in the construction of the boat hoist shall be new and of good commercial quality. The principle steel used in the structural frame of the boat hoist shall comply with ASTM A-36 grade or ASTM A572 grade. The frame shall be fabricated from welded steel section construction to form a ridged structure, and fastened together with bolted erection joints. The width of the boat hoist delivered shall be 20?-10?, center of wheel to center of wheel and 20? front to back from center of axles. The maximum width of the travel lift including any appurtenances is 23?-6?. The highest point of the upper cross member (overall maximum height) shall be 20?-0? above the road surface and constructed with a bolting flange to facilitate possible future width expansion. Design Standards and Safety Codes: AISC American Institute of Steel Construction Section 1.5 of specification for Design, Fabrication and Erection of Structural Steel, Eighth Edition 1980; ASTM A-325 Specifications for Structural Joints dated April 1978; J.I.C. Standards for Hydraulic Systems; American Iron and Steel Institute Committee of Wire Rope Producers; ANSI B30.9 - 1971 Slings; ANSI B30.2.0 ? 1976 Overhead and Gantry Cranes; SAE J881A Lifting Crane Drum and Sheave sizes. Machine General Arrangement: The diesel engine driven hydraulic power unit shall be enclosed in metal shrouding or fiberglass reinforced protection and mounted in an underslung position below one of the main longitudinal beams to allow easy access from ground level for servicing and maintenance. The main upper cross beam shall be fitted with a structural pivot to eliminate torsional stress in this member and allow the frame to oscillate while traveling over uneven surfaces. All operating controls are to be located in the operator?s station for complete unit and function control by a single operator. The operator?s station shall be located at the very end of the machine on the open end and mounted low for easy access. Hoisting System: The hoisting system shall consist of four independently powered winch drums driven with hydraulic motors coupled through planetary gear reducers, to provide independent or simultaneous driving of the winches and precise, smooth control for handling light or maximum loads. The assembly shall be mounted rigid to the structural frame. The winch drums shall be grooved for the size wire rope used. The winch drums shall be sized to hold sufficient wire rope to hoist from mean low water, which is approximately 6? below the level of the concrete deck and shall also hold enough wire rope to drop 10? below grade. Each hoist shall be equipped with a mechanical anti-two block system to prevent damage to the sheaves, if the upper and lower blocks come in contact during hoisting. The unit shall be equipped with load sensors to measure hoist cable line pull, which shall provide a full time readout in pounds, to an indicator gauge at the operator?s station, reading the amount of weight on each set of slings. The system shall have an audible alarm that will sound when the rated load is exceeded on either sling. Machine Details: Sheaves and Drums: All hoist systems sheaves and drums shall be fitted with low friction, sealed roller bearings. Wheels and Pivots: All wheels and wheel pivots shall be fitted with sealed tapered, roller bearings and provided with zerk lube fittings, for periodic greasing. All other rotating or oscillating parts shall be fitted with bearings and zerk lube fittings, for periodic greasing. Tires: Aircraft type tires that have been inspected and have a carcass of good condition with a minimum of 20-ply rating. Steering System: Steering system shall be hydraulic actuated on the two front wheels, providing synchronized turning angles to each tire for tracking of the tires without scuffing and scubbing. The turning angles shall be near 90 degree turning angle to the steered wheels in right and left-hand turn. An orbital motor with a steering wheel shall control steering. Propulsion: Propulsion and wheel traction shall be hydraulically powered to the front wheels with a system to provide differential action to each wheel while turning through a 90-degree turn. Propulsion system shall be direct drive with chains used. The drive system shall be fitted with a brake system that will hold the parked machine on a 6% grade unattended. A service brake system shall also be provided to stop the machine smoothly, while traveling fully loaded down a 6% grade. In the event of loss of power, a spring-applied brake shall hold the load on a 6% grade. Sling Arrangement: Boat lifting slings shall be provided to distribute the lifting force into the hull of the boat without causing high stress points. The slings shall be of high strength nylon material and rated to carry the maximum load of the boatlift. Sling Adjustments: The front and rear slings shall be power adjustable in the longitudinal direction to provide positioning under the boat in the best-desired location and also to provide equal distribution of the load. Hydraulic Lines and Fittings: All high-pressure hydraulic lines shall be of type 304 stainless steel, meeting ASTM-A249. All lines shall be sized according to the flow rate and formed to provide neat and organized bundling along the structure. All lines shall be supported to reduce vibration. Hydraulic fittings shall be zinc plated steel material with JIC 37-degree type connections. All hoses shall meet JIC standards to meet pressure and bending requirements. Hoses shall be used only in areas where flexing, bending or alignment is required. Hose lengths for each diameter and type of hose shall be standardized to reduce the number of spares required. Controls and Instruments: All controls and instruments shall be mounted in the operator?s station and controls shall be designed to provide smooth and precise control of all operating function of the machinery. All controls and instruments shall be designed for exposure to outside weather conditions for extended periods. Travel Alarm: An audible alarm shall be activated automatically at all times that the unit is in forward or reverse motion. Lighting: Provide Manufactures standard, 12-volt lighting package. Painting: All main frame exposed structural and fabricated steel shall be prepared and painted. All exposed steel surfaces shall be sand or shot blasted to near white metal condition and free of grease and oil. Residual grit and dust shall be removed with clean and dry compressed air. A 2-part polyester epoxy paint consisting of two full coats of finished color allowing the proper flash time between coats shall be applied to all accessible metal surfaces. Total coating thickness shall be 3.4 ? 4 mils. Factory Testing: The machine?s final assembly will not be at the factory. Parts will be assembled into sub-assemblies according to practical arrangement for shipping purposes. The unit shall be inspected and load tested after final assembly at the destination by the manufacturer. Any defects found during inspection and testing shall be repaired promptly by the Contractor at no additional cost to the Government. Additional Requirements: Load Test: Group Woods Hole?s largest boat, which is a 49? BUSL and has an approximate weight of 90,000 pounds, shall be used for the load test of the assembled Mobile Boat Lift. The test shall be conducted over the water, the boat shall be lifted one foot out of the water and left hanging in the slings for a period of two hours with no slipping of the brakes. This test shall be performed in two cycles. After the conclusion of the test period the Boat lift?s cables and termination fittings shall be re-inspected for slippage and damage. Existing Travel Lift: Upon delivery of the 50-ton boat hoist to Group Woods Hole, the contractor shall provide all materials, labor, equipment, and transportation needed to disassemble, transport, and dispose of existing boat hoist. The provision at FAR 52.212-1, Instruction to Offerors Commercial*, applies to this acquisition and is incorporated by reference. (*Paragraph c - Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.) The provision at FAR 52.212-2 Evaluation-Commercial Items applies to this solicitation. This is best value procurement. Price and technical evaluation of the travel lift will be evaluated equally. Offerors will provide technical information on the boat hoist/travel lift including warranty. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items with their proposal. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, and the clause at FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order-Commercial apply to this acquisition. The date for receipt of proposals is 02/28/2005 at 3:00 PM local time. Address all offers to: Jerry Fortin, USCG-CEU Providence, Contracting/Inspection, FED Bldg 5215, USCG Air Station Cape Cod, MA 02542-5024, Phone: (508) 968-6499, Fax: (508) 968-6640.
 
Place of Performance
Address: U. S. Coast Guard Group Woods Hole, 1 Little Harbor Road, Woods Hole, MA
Zip Code: 02543
 
Record
SN00741785-W 20050130/050128211546 (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.