Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
SOLICITATION NOTICE

38 -- Heavy Crane Operation and Support for the Electronic Proving Ground (EPG), Fort Huachuca, Arizona 85613

Notice Date
7/21/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-05-R-EPGCRN
 
Response Due
7/26/2005
 
Archive Date
9/24/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement (No Substitutes): STATEMENT OF WORK FOR CRANE SUPPORT TO LIFT A STRYKER COMMAND VEHICLE. Crane support to lift and remove a Stryker Command Vehicle (CV) from the Electronic Proving Ground (EPG) Antenna Test Facility (ATF) fiberglass rack. 1.0 SCOPE. This Statement of Work (SOW) describes the crane support to be provided by the Contractor to the U.S. Army Electronic Proving Ground (USAEPG), Fort Huachuca, AZ. The contractor shall lift and remove a Stryker Command Vehicle (CV) from the ATF fiberglass rack. 2.0 APPLICABLE DOCUMENTS. None. 3.0 REQUIREMENTS. The contractor shall lift and remove a Stryker CV from the ATF fiberglass rack. The Stryker CV system will weigh a maximum of 45 tons, including external SLAT and ballistic a rmor. There are reinforced lifting lugs at four corners of the vehicle, but the forward and rear lugs are not at the same height. The Stryker vehicle must remain nearly level during the lift, and the lifting straps must not push against any structures on the vehicle aside from the lugs. The top of the Stryker vehicle will be placed approximately 40 feet above the ground. The ATF fiberglass rack sits on a 60-foot diameter turntable, and the crane must be offset such that it does not rest on this turntabl e. The lift will be conducted at the Arc facility, and the 100-foot-high beams supporting the Arc facility must be avoided during the lift. The crane efforts will take place as early in the morning as possible to minimize wind loading while allowing full sunlight. The lift and removal efforts will take place on different days, approximately four days apart (for example, lift on Monday and remove on Friday). Due to the importance and cost of this vehicle, the contractor should provide references of previ ous work lifting heavy, sensitive items. The contractor may visit EPG to see the Stryker CV and the ATF Arc facility. 4.0 DELIVERABLES. Lift and remove Stryker CV from ATF antenna platform: 2 weekdays between 8-19 August 2005. FOB Destination (Fort Huachuca, Arizona 85613). Payment will be made by Government Credit Card under Net 30 Terms. Offers are due no later than 1200 hours, Mountain Standard Time, Tuesday, 26 July 2005 and shall be submitted electronically at virginia.mi ller@epg.army.mil. EVALUATION CRITERIA / PROCEDURES: Offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the Requirement, Proposed Delivery Schedule, Past Performance and Price. For additional i nformation, contact Virginia J. Miller, Contracting Officer, at (520) 538-3978, (520) 559-2921 or virginia.miller@epg.army.mil. The Synopsis/ solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Cir cular 2001-22 and 2001-23. This is a Small Business Set Aside. The NAICs is 234990. The following FAR provisions apply to this acquisition: 52.212-1, Instruction to Offerors Commercial items, and 52.212-2, Evaluation of Commercial Items, applies to th e acquisition. Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items, and furnish Offeror's Federal Tax Identification Number, Cage Code, Central Contractor Registration Number, D UNS Number and applicable FSC Codes with this offer. FAR Clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acqui sition. FAR 52.219-8, Utilization of Small Business Concerns. The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
 
Place of Performance
Address: ACA, Southern Region, Electronic Proving Ground (EPG) Banister Hall, SFCA-SR-WS, 2000 Arizona Street Fort Huachuca AZ
Zip Code: 85613-7063
Country: US
 
Record
SN00851998-W 20050723/050721212228 (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.