Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2007 FBO #1880
SOLICITATION NOTICE

23 -- FY07 PROCUREMENT OF CRANE

Notice Date
1/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
336111 — Automobile Manufacturing
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, OICC Sasebo, Sasebo Naval Base, Building 320 Hirase-cho, Sasebo, AP, 857-0056, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40084-07-T-6005
 
Response Due
2/1/2007
 
Archive Date
2/16/2007
 
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 solicitation number N40084-07-T-6005, and is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 25. 1.1 CONTRACT LINE ITEM 0001: Mobile rough terrain crane, telescoping boom, X-type outrigger, diesel engine driven, 35metric-ton loading capacity. (a) ECC: 8254 00 (b) Quantity: 1each 1.2 DIMENSION and CAPACITY: (a) Boom Length (Jib Length excluded): 36.0m (118.1 Feet) minimum (b) Loading Capacity: 35.0metric-ton minimum (c) Auxiliary Hook Block and Auxiliary Nose Sheave Capacity: 3.5metric-ton minimum 1.3 REQUIREMENTS: (a) Exterior Color: Manufacturer's standard. (b) Identification Markings and Registration Numbers: The U.S. Government shall provide license plates for the manufacturer to install on the crane front and back. (c) Rust Proofing and Under Coating: Manufacturer's standard. (d) Free Fall Mode: Not acceptable. (f) Hour meter: Manufacturer's standard. (g) Anemometer: Mounted on the main boom tip with a gauge in the operator?s cab. (h) Load Moment Indicator: Manufacturer?s standard. (i) Steel Plates for outrigger and Storage Bracket for steel plates: Design shall be approved by NAVFAC FE prior to manufacturing. (j) Warning Lamp of load moment indicate system: Manufacturer's standard. (k) Revolving Yellow Lamp: Shall be installed on the left and right front side visible to personnel and vehicles ahead of the crane travel path. (l) Red and Yellow Side Marker Lamp: Manufacturer's standard. (m) Tire Marker Lamp: Manufacturer's standard. (n) Back View Camera, Side View Camera and Winch Drum Camera with Color Monitor (LCD): Manufacturer's standard. (o) Loud Speaker System: Manufacturer's standard. (p) Hands Free Radio System with Speaker: Mounted in the operator's cab and two hand held radios for rigger personnel. (q) Hooks and Hook Nuts: Must not be plated or painted. Hooks and hook nuts must be able to pass the U. S. Government's NDT. NDT will be magnetic particle method. Acceptance criterion shall be no linear indications greater than 1.58 mm?s (1/16 inch). Hooks and hook nuts shall be delivered to the U.S. Government for testing prior to the U.S. Government?s factory quality assurance and load testing. (r) Wire Rope End Connection: The crane shall be delivered with 4 parts of line reeved on the main hoist with a poured socket end connection. The auxiliary hoist shall also have a poured socket end connection. The U.S. Government shall pour both sockets at a government facility in compliance with its requirements and return the wire ropes to a manufacturer before the crane delivery. If the main hoist motor line pull is capable, wire rope length should be capable of the hook block reaching the ground with 4 parts of line and the bottom fully extended at minimum radius. A certificate of maximum wire rope length shall be provided upon delivery. (s) Tools: Manufacturer's standard. (t) Accessories: Shall be the type installed on manufacturer's standard domestic production model. (u) Warranty: Manufacturer's standard. The warranty work will be provided by dealers around the Sasebo area, Japan with the U.S. Government personnel providing quality assurance of all work. All warranty work to include the manufacturer?s warranty term inspections shall be conducted at no cost to the U.S. Government to include parts and labor. Any warranty work performed to include warranty term inspections and breakdowns shall be documented in detail to include the repair procedure and the parts installed at no extra cost to the U.S. Government. Detailed report shall be provided within 48 hours after completion of any and all warranty work. (v) Technical Publications: Two (2) sets of operator manuals (Japanese) for each equipment installed on the crane, two (2) sets of technical (shop repair) manuals and part catalog (Japanese) for each equipment installed on the crane, to be furnished by the manufacturer 30 days prior to date of equipment delivery. (w) Wire Rope Breaking Strength Certificate: Manufacturer?s certificate is required for the boom extend, retract, main and aux hoist wire rope. (x) U.S. Government Initial Testing: The U.S. Government shall conduct factory load testing and quality assurance inspection at the manufacturer?s facilities prior to delivery of the crane. The inspection shall be conducted in accordance with the NAVFAC P-307 Appendix C (No disassembly required). Load testing shall be in accordance with NAVFAC P-307 Appendix E. Copies shall be provided electronically upon request. NAVFAC P-307 is able to downloaded from the internet at https://portal.navfac.navy.mil/portal/page?_pageid=181,3457291,181_3457371:181_3457390&_dad=portal&_schema=PORTAL (y) Training: (1) Operator training shall be provided to the U.S. Government personnel in Japanese at the U.S. Government?s facilities in Sasebo, Japan at no additional cost to the U.S. Government at the time of delivery. Minimum training time is three periods of 8 hours each. (2) Maintenance, inspection and testing training shall be provided in Japanese at the U.S. Government's facilities in Sasebo, Japan at no additional cost to the U.S. Government at the time of delivery. Minimum training time is two periods of 8 hours each. (z) Service Bulletins: The manufacturer shall provide service bulletins as issued for the life of the crane. (aa) Technical Assistance: The manufacturer shall provide technical assistance as required for the maintenance of the crane to include engineering procedures for the repair of structural cracks, unusual problems where the normal troubleshooting is not effective, etc. 1.4 INTENDED USE The equipment covered by this specification is intended for general administrative use by the U.S. Government. The equipment furnished hereunder shall be delivered ready for immediate use. 1.5 SAFETY Each piece of equipment installed on the crane shall comply with Japanese Industrial Standard safety requirements. 1.5 CRANE DELIVERY The crane shall be fully set up and ready for immediate use upon delivery. The crane may be set up at the U.S. Government?s facilities at no cost to the U.S. Government. 1.6 DELIVERY POINT All transportation charges borne by the manufacturer to the transportation officer, NAVFAC FE, Transportation, Sasebo Detachment, Bldg.203, Mr. Maekawa, Tel 0956-50-2740. 1.7 DELIVERY DATE The vehicle shall be delivered at the delivery point specified above within 180 calendar days after date of contract award. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, and clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and are incorporated by reference. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and is incorporated by reference. FAR provision 52.212-2, Evaluation - Commercial Items, apply to this acquisition and is incorporated by full text, as follows: 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) technical capability of the item offered to meet the Government requirement; (2) price; and (3) past performance (see FAR 13.106). (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. All quotes shall be in the English language and priced in Japanese Yen only. All quotes shall include (1) Price Quotation: One (1) set, (2) Completed Representations and Certifications: One (1) set, (3) Technical Proposal: One (1) set, and Past Performance information: One (1) set. TECHNICAL PROPOSAL REQUIREMENT: (1) Catalogues or other product literature identifying the features and specifications of each items offered. At a minimum, the literature should identify compliance with the specifications: One (1) set. (2) The Contractor shall identify in his proposal as to which specified items his proposed items meets. The contractor may use the specification by putting a "YES" or "NO" in red ink pen at the end of each specified item, and submitting it with the proposal. Any deviations from the Government's proposed specification shall also be identified in red ink pen and submitted with a deviation summary: One (1) set. All quotes are due on 1 February 2007 at 1100 hours. All quotes shall be submitted to: Naval Facilities Engineering Command, Far East, Public Works Department, Sasebo, Facilities Engineering and Acquisition Division, Sasebo, PSC 476 BOX 66, FPO AP 96322-1160. Any questions may be submitted to Mr. Hirokazu Toyofuku, Contract Specialist, at Telephone: 011-81-956-50-2395, Fax: 011-81-956-23-2535, or E-mail address: hirokazu.toyofuku@sasebo.navy.mil
 
Place of Performance
Address: Naval Facilities Engineering Command, Far East, Public Works Department, Sasebo, Facilities Engineering and Acquisition Division, Sasebo, PSC 476 BOX 66, FPO AP 96322-1160
Zip Code: 96322-1160
Country: JAPAN
 
Record
SN01212994-W 20070119/070117221153 (fbodaily.com)
 
Source
FedBizOpps 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.