Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
AWARD

38 -- 9.0 ton Mobile Carry Deck Crane

Notice Date
9/7/2010
 
Notice Type
Award Notice
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
NFFM7220-10-08355
 
Archive Date
9/22/2010
 
Point of Contact
Brian P. O'Boyle, Phone: 757-441-3839
 
E-Mail Address
Brian.oboyle@noaa.gov
(Brian.oboyle@noaa.gov)
 
Small Business Set-Aside
N/A
 
Award Number
EA133F-10-SU-1845
 
Award Date
9/7/2010
 
Awardee
EMPIRE CRANE COMPANY, LLC, 7021 PERFORMANCE DR, NORTH SYRACUSE, New York 13220, United States
 
Award Amount
$124,247.02
 
Description
The DOC NOAA AGO Eastern Acquisition Division requires the following items that meets or exceeds the following: 8.0 - 9.5 ton Mobile Carry Deck Crane Specifications: (a) Lift Capacity:8.0 - 9.5 Tons; (b) Boom: 10 - 21 feet, 3 section power boom; (1) Boom Extension: 6-feet fixed pin on extension (optional but desired); (2) Boom Elevation: 0 - 60 degrees; (e) Anti-Two Block Device: Anti-Two Block device with an audible alarm and disengagement of all crane functions whose movement can result in two-blocking; (f) Load Indicator: Load indicator that displays the hook weight and provides an audible warning when a preset capacity is exceeded; (g) Swing: Ball bearing swing circle with 360o continuous rotation with maximum speed of 2 rpm; (h) Frame: High strength alloy steel construction with integral outrigger housings, front and rear lifting, towing and tie down lugs; (i) Carry deck: 42 ft2 with 14,000 lb carry capacity: (j) Outriggers: Front and rear oblique type beams on all four corners with integral holding valves; (k) Operator Station: (1) Frame mounted, open air or enclosed cab station; (2) Includes all crane functions, driving controls and overhead safety glass; (3) Seat belt, hour meter, sight level bubble and fire extinguisher; (4) Dash panel includes engine oil pressure gauge, engine water temperature gauge, fuel gauge, transmission low oil and high temperature warning lights, low battery warning light and brake system low pressure warning light; (l) Fuel: (1) Minimum 18 gallon fuel capacity; (2) Diesel, gasoline or dual fuel options are acceptable; (m) Steering: 2 wheel, 4 wheel steer; (n) Brakes: Hydraulic actuated internal wet-disc brakes on all four wheels; (o) Suspension: Rigid mounted to the frame; (p) Speed: Maximum speed of 20 mph; (q) Hook Block: Single sheave hook block; (r) Backup Alarm: Audible back up alarm; (s) Condition: New or lightly used (less than 1,000 hours) For this solicitation, DOC NOAA AGO Eastern Acquisition Division intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider; FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A quoter may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. DOC NOAA AGO Eastern Acquisition Division is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible quoters that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Quoters that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Quoters that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Quoters may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should quoters require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in the quote being determined as non-responsive. Quote MUST be good for 30 calendar days after the close of the reverse auction. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Quoter must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the quoter is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Quoter must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected quoter must submit a completed copy of the listed representations and certifications; and FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-54, 52.225-13, and 52.232-33. The full text of a FAR clause may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/Awards/EA133F-10-SU-1845.html)
 
Record
SN02271702-W 20100909/100908064104-c4eae598fab014d24fdd4b47eed87112 (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.