Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2008 FBO #2323
SOLICITATION NOTICE

25 -- NATO Notification of Intent to Invite Bids for International Competitive Bidding for Provision of Scissors Lifts and Platforms

Notice Date
4/4/2008
 
Notice Type
Presolicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
ZIP Code
00000
 
Solicitation Number
IFB-5HQ-27010-1W
 
Response Due
4/16/2008 5:00:00 PM
 
Archive Date
4/20/2008
 
Description
The NATO Maintenance and Supply Agency (NAMSA) intends to advertise for International Competitive Bidding (ICB) on works and services within the framework of the NATO Security Investment Program. Eligible firms will be invited to bid on the procurement of four rough terrain scissors lifts with platforms. NAMSA is serving as the NATO contracting agency for this project, which was authorized by the NATO Infrastructure Committee. NAMSA intends to use the one step ICB procedure. Partial bidding is not allowed. The estimated value of this project is not available at this time. The NAMSA reference for the IFB (Invitation for International Bidding) is 5HQ27010-1W Provision of Scissors Lift & Platform. The U.S. Department of Commerce will be using the reference IFB-5HQ-27010-1W. The security level required for this project is NATO UNCLASSIFIED. SUMMARY DESCRIPTION Major Components General. The contractor shall furnish to NAMSA four rough terrain scissors lifts with platforms. The scissors lifts are intended to assist with camp construction and operations in a rapidly deployable headquarters of NATO military forces that may be deployed over a wide range of geographic environments and climatic conditions. Accordingly, NATO expects the equipment to be robust and of high quality, agile yet heavy duty, and highly capable of performing under difficult climate and terrain conditions. The scissors lifts will be diesel powered, rough terrain models that will be capable of working from compacted sub grades while lifting operators to work safely 10 meters above. Platform. The work platform shall be securely railed with a gated opening and be equipped with a slip resistant floor. The platform will allow extension beyond the vehicle dimensions and will provide secure anchor points for work safety. The platform will allow operator control of the vehicle in the extended position but will be equipped with a tilt alarm to prevent the operator entering unsafe attitudes. The platform will be fitted with an electrical outlet and an air hose connection. Automotive. The scissors lift will be diesel powered with 4 wheel drive and a cross country speed in the order of 3 km per hour. The vehicle chassis will be fitted with four independent outriggers for additional stability. Shipping and Storage Container. Two scissors lifts and a set of spare parts will be mounted for shipping and storage in a standard 6.058m sea container, provided by the contractor and modified to allow repeated use for both shipping and onsite storage. The container/storage arrangement will be dedicated to the scissors lifts for the life of the equipment. Climatic and Geographical Conditions Climatic and geographical conditions are based on STANAG 2895 for the range of A1 and C1 climatic zones. The equipment shall be capable of remaining functional under these environmental conditions. The proposal shall specify how the proposed product meets these conditions by providing evidence that the proposed scissors lifts have been successfully tested or used in the extreme environmental and climatic conditions that apply to the zones specified. The proposal shall also provide specific procedures on how to deal with the following environmental conditions: The scissors lifts may be used at altitudes up to 3000 m above sea level. All proposed equipment shall be designed to ensure operations at all environmental conditions with ambient peak temperature and relative humidity values as defined in STANAG 2895 for zones A1 - Extreme Hot Dry, B2 - Wet Hot, and C1 - Intermediate Cold. The equipment must be capable of sustaining effective operations in ambient temperatures ranging between -30 degrees C and +50 degrees C (-33 degrees C to +71 degrees C for storage and transport). The equipment shall be designed to remain waterproof, operational, and safe under freezing rainfalls, snow or hail of 31 mm/min at sea level during 1 min and at an average 1.9 mm/min during 12 hours. The equipment shall be designed to not require heavy maintenance actions caused by wind carrying up to 1.0g/m3 of dust and sand. Ice accumulation and snow loads shall not damage or prevent the equipment from functioning. Transportability The scissors lifts shall be secured for shipment such that they can be readied for operational conditions in the least time possible. Two scissors lifts shall be secured for transport in a single 6.058m x 2.438m x 2.438m sea container that meets ISO 668 standards so that 2 sea containers in total are provided. The gross weight of each sea container, including all contents and dunnaging, shall be less than 14,000 kg. All shipping preparations must include the need to secure the scissors lifts against environmental damage during shipping, such as wind, hail, ice, or sea spray, against damage caused by vandalism or by theft, and against damage caused by movement and handling during shipment. Note the limitation in height when compared to the normal 2.591m high standard shipping container. All shipping containers are subject to off road movement by the military Deployable Rapid Operations Platform System (DROPS) for container handling. It is important that the internal fittings, packaging, and dunnaging withstand such conditions, in particular the steep angle of loading and unloading. Integrated Logistics Support To minimize in-service support costs, NAMSA requires the contractor to conduct an Integrated Logistics Support program as an integral part of the system design and development. This integrated program shall ensure that logistics support matters such as equipment reliability, maintenance, sparing, and training, are considered in the development of the proposal and in the design and production of the equipment. The Integrated Logistics Support requirement is achieved through the identification of equipment failures, the identification of component reliability, and the development of an optimum sparing, maintenance, and training program that minimizes life cycle costs and achieves the expected operational availability. It is supported by documentation and data, all of which are related through the NAMSA information management system. The Integrated Logistics Support requirement remains applicable for both the COTS equipment and the purpose built equipment, although the tasks and analyses are expected to be tailored to recognize the maturity of the equipment. A 30 day spare parts package and a training package shall be identified by line item and included in the firm fixed price. A critical 2 year Operational Parts List, additional spare parts, contractor assisted maintenance, and depot level maintenance shall not be included in the firm fixed price. All other Integrated Logistics Support items shall be included in the firm fixed price. BIDDING PROCEDURE Before a firm can be nominated to the bidders list for this procurement, it must be approved for participation in NATO International Competitive Bidding (ICB). The U.S. Department of Commerce is authorized to approve for participation in NATO ICB those firms with a facility located within the United States. Once approved, the firm will be nominated to the bidders list. Please visit the following website for instructions on applying for approval to participate in NATO ICB: http://www.bis.doc.gov/defenseindustrialbaseprograms/OSIES/NATOprograms/index.htm A firm that has been approved for participation in NATO ICB must request that the U.S. Department of Commerce issue a Declaration of Eligibility (DOE) for each project on which the firm wishes to bid. The DOE is used to nominate the firm to the bidders list for a particular project. The U.S. Department of Commerce forwards the DOE to the U.S. Embassy, which uses the DOE to nominate the firm to the bidders list. The NATO contracting agency will not accept requests for nomination received directly from firms. Firms that the U.S. Embassy nominates to the Bidders List will be contacted directly by the NATO contracting agency when the IFB has been issued. IMPORTANT DEADLINES 1. Final date to request a Declaration of Eligibility from the U.S. Department of Commerce: 16 April 2008 2. Anticipated date that NAMSA will distribute the IFB to firms on its bidders list: not before 22 April 2008 3. Bid deadline date: TBD. The bids received in response to the IFB will be valid for a period of 180 days. 4. Delivery date: 9 months after contract award
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0b888e8012d26930a1008fa9d04f72ab&tab=core&_cview=1)
 
Record
SN01547763-W 20080406/080404221105-0b888e8012d26930a1008fa9d04f72ab (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.