SOLICITATION NOTICE
40 -- This is a combined synopsis/solicitation for design and fabrication of pulley/sheave system, including delivery to Napoleon, Missouri in Lafayette County. For specifications and drawing, please email cynthia.a.clark@usace.army.mil.
- Notice Date
- 3/10/2008
- Notice Type
- Solicitation Notice
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-08-T-0064
- Response Due
- 3/24/2008
- Archive Date
- 5/23/2008
- Point of Contact
- Cynthia Clark, (816) 389-3009
- E-Mail Address
-
Email your questions to US Army Engineer District, Kansas City
(cynthia.a.clark@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice and IAW F AR Part 13. This announcement constitutes the request for quote for the required items under Solicitation Number W912DQ-08-T-0064. NAICS code: 333923, Small Business Standard: 500 employees. A subsequent solicitation document will NOT be issued. The US Army Corps of Engineers, Kansas City District, Operations Division, intends to issue a contract for design and fabrication, as specified, and delivery to Napoleon, Missouri. This will be a firm-fixed price award, 100% SMALL BUSINESS SET-ASIDE, with award made to the low technically acceptable quoter. SPECIFICATIONS AND DRAWINGS MAY BE OBTAINED BY CONTACTING: cynthia.a.clark@usace.army.mil. The following FAR provisions and clauses apply to this solicitation and are incorporated by referenc e: 52.204-7 Central Contractor Registration (JUL 2006); 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items (the offeror will be required to complete the annual representa tions and certification electronically via the ORCA website at http://orca.bpn.gov.); 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, within which t he following clauses apply and are incorporated by reference: 52.219-26, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affirmative A ction for Workers with Disabilities, 52.225-3, 52.232-33, 52.232-34 52.237-1 Site Visit; 52.237-2 Protection of Government Property; 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Referen ce NWK-00100-007 Safety Clause (incorporates manual EM-385-1-1) The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. At a minimum, responsible sources shall provide the following: * a price proposal on letterhead * remittance address * Tax ID # * Duns # Original, signed responses to this solicitation are due by MONDAY MARCH 24th, 2008 at 4:00 pm CST at: Stockton Lake Project ATTN: Cindy Clark 16435 E Stockton Lake Dr Stockton, MO 65785 Bidders should refer to Solicita tion #W912DQ-08-T-0064. Emailed or faxed responses will NOT be considered. TECHNICAL QUESTIONS point of contact: Eddie Fernandez 816-389-3237 or eduardo.h.fernandez@usace.army.mil. CONTRACTUAL QUESTIONS point of contact: Cindy Clark 816-3 89-3009 or cynthia.a.clark@usace.army.mil. TO OBTAIN DRAWING: contact cynthia.a.clark@usace.army.mil, 816-389-3009. TO OBTAIN SPECS: contact cynthia.a.clark@usace.army.mil, 816-389-3009. Also, specifications follow as text below: ------------------------------------------------------------------------------------ L-385 Winch Redesign Specification for Bid L-385 Q1 and Q3 - Pulley/Sheave system (see attached plan view) that will mount to a 2.25-2.5 feet thick flood wall (both sides) via 7/8 to 1 inch dia. through bolts, and will open and close a 100,000lb rolling flood gate. A hole will be cored through the flood wall and steel cable ran through it to an attachment point on the gate. Therefore, it is necessary to have the sheaves angled out to allow clearance for the pipe caps to be secured to the threaded pipe sealed in the wall when the pulley system is not in use. The opening and closing will be accomplished via a hydraulic winch rated at a 10-ton capacity. The pulleys are carrying a horizontal load and moment from the force of the line (i.e. the base plate and bolts through wall). The expected fo rce required to open and close the gate at the sheaves will be working load of 20-kips. 1. Total Quantity = 8ea. (4ea. Gate Q1 and 4ea. Gate Q2) 2. Entire pulley/sheave block system design including attachments to the wall, shall be designe d by the pulley system supplier, and the design calculations and shop drawings shall be submitted to the contracting officer for approval prior to fabrication. 3. All the design calculations and pulley/sheave block system assembly details, shall be signed and sealed by a professional engineer licensed to practice in the State of Missouri.
- Place of Performance
- Address: US Army Engineer District, Missouri River Area Office 790 E 224 Hwy Napoleon MO
- Zip Code: 64074
- Country: US
- Zip Code: 64074
- Record
- SN01528449-W 20080312/080310224653 (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 |