Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

20 -- 2-Electric Deck Winches - 2-Magnetic Motor Starters and 2-Push button control stations

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Buffalo, 1776 Niagara St., Buffalo, New York, 14207-3199
 
ZIP Code
14207-3199
 
Solicitation Number
W912P4-09-S-0027
 
Archive Date
10/9/2009
 
Point of Contact
Cheryl A Michener, Phone: 716-879-4211, Jeffrey G. Ernest, Phone: 7168794173
 
E-Mail Address
cheryl.a.michener@usace.army.mil, jeffrey.g.ernest@usace.army.mil
(cheryl.a.michener@usace.army.mil, jeffrey.g.ernest@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DECK WINCHESFOR TUG CHERAW CLEVELAND RESERVATION, CLEVELAND, OHIO Location of Delivery : Cleveland Reservation is located at 1035 East 9th Street, Cleveland, OH 44114. Equipment Requirements (Primary ). All work under this line item will be bid as a single lump sum, FOB the delivery location. However, bidders shall provide detail with their bid indicating the portion of the bid price allocated to each piece of equipment and to freight. Provide two (2) electric deck winches, painted, each with a normal working capacity of 40 tons and a line speed of 22 fpm. One winch shall be right-hand rotation, the other shall be left hand rotation. Provide two (2) magnetic reversing motor starters / control stations matched to the winches, suitable for mounting in the pilot house. Enclosures shall be NEMA 1 or better. Provide two (2) push button control stations suitable for mounting on deck at the winches. Enclosures shal be NEMA Wintech Model B331L-RC-A or B-9 Patterson Model WWP40E-7.5-14 Nabrico Model DF-1 Supplier's Qualifications. The supplier shall provide the following information regarding the qualifications of the manufacturer and installer:Statement certifying that the supplier has the ability to obtain maintenance and repair parts for the equipment. Performance Required. The equipment will meet or exceed all minimum requirements issued in this contract. Warrantie s. A single source supplier's warranty shall be issued by the supplier for all equipment as follows: 1 year parts and labor. Completion of Work. Completion of work shall include submittal and approval of product data. Acceptance of the equipment and attachments. Delivery shall be completed within 40 days from award of contract. Final Inspection. The work shall be inspected for conformance to the attached specifications. All damage to the specified finish shall be repaired per the manufacturer's recommendation or replaced in kind at the discretion of the government; repairs shall be to the satisfaction of the government. Any materials incorporated in the work that was delivered to the site damaged by re-handling, hoisting or otherwise delivery, handling, installation shall be immediately removed from the site and replaced at no additional cost to the government. QUALITY OF MATERIALS All materials, supplies, or articles required for work shall be standard products of reputable manufacturers and entirely suitable for the intended work. All materials shall be new and unused and will be subject to the approval of the Contracting Officer. RISKS AND LIABILITIES The supplier shall assume all risks in connection with performance and delivery of the work and shall be liable for and hold the Government harmless from any and all damages to persons and properties. WORK HOURS Delivery must be performed within the hours of 0700 to 1530 on Monday through Friday. Work done outside these hours must be agreed upon before hand.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACW49/W912P4-09-S-0027/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, 1035 East 9th Street, Cleveland, Ohio, 44114, United States
Zip Code: 44114
 
Record
SN01960245-W 20090919/090918001548-c259d1a75a8a9024f55078ef8776eb60 (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.