Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2012 FBO #3723
SOLICITATION NOTICE

W -- ROUGH TERRAIN CRANE RENTAL

Notice Date
2/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - PN - Regional Office 1150 N. Curtis Road, Ste. 100 Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
R12PS10018
 
Response Due
2/15/2012
 
Archive Date
1/31/2013
 
Point of Contact
Paula Collins - FAX 208-378-5108 Purchasing Agent 2083785110 pcollins@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR 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. SOLICITATION NUMBER: R12PS10018 - BEING ISSUED AS A REQUEST FOR PROPOSAL (RFP). THE SOLICITATION DOCUMENT AND INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 55. THIS SOLICITATION IS A TOTAL SMALL BUSINESS SET-ASIDE. THE NAICS CODE BEING USED IS 532412; WITH A SIZE STANDARD OF $7 MILLION. Line Item No. 1: Rough Terrain Mobile Hydraulic Crane RentalGrand Coulee Dam desires to rent two (2) Rough Terrain Type Mobile Hydraulic Cranes in the 100 to 130 class range. Both cranes shall be identical (same manufacturer and model). It is anticipated that the cranes will be needed for an estimated 4 months (April 1, 2012 through July 31, 2012).Requirements:Inside tire tread to inside tire tread minimum 70 inches.Pick up and carry 13,500 lbs. (hitch 8750 lbs, plus spreader beam 3100 lbs, plus 80 ton block 1600 lbs). Length of hitch 26.25 ft half beyond crane body to hook. Cranes must meet the MINIMUM requirements: 1. Boom length 40 ft, radius 30 ft capacity 21,400 lbs, 63 percent of capacity, or 2. Boom length 42 ft, radius 35 ft capacity 23,400 lbs, 58 percent of capacity. 3. Fully hydraulic telescopic boom (not extend and pin) 4. 80 ton main hook. Not larger or smaller as the spreader beam connections are specific to the 80 ton hook. 5. Each crane capable of lifting 73,000 lbs (71600 lbs plus weight of wire rope below tip of boom) at radius of 26.5 ft with boom length of 57 ft. a. Capacity 89,460 lbs & load percent of capacity 81percent for: i. Boom length - 57 ft ii. Radius - 26.5 ft iii. Counter weight - 40,000 lbs iv. Outriggers - fully extended b. Capacity 90,280 lbs and load percent of capacity 81 percent for: i. Boom length - 60 ft ii. Radius - 26.0 ft iii. Counter weight - 24,000 lbs iv. Outriggers - fully extended 6. Distance: 175.7 ft from tip of boom at elevation 1072.5 ft to spreader beam when bulkhead fully lowered at elevation 896.8 ft. The boom tip will be approximately 60 ft above the roadway (draft tube) deck. 7. Total length of line beyond tip of boom: 175.7 ft times number of line parts to block. Number of line parts equals total weight of lift divided by hoist line pull for hoist drum at capacity (line beyond boom tip shall all be on drum). EXAMPLE: a. 72391 divided by 14811 equals 4.9 (use 5 parts.) Therefore total length beyond tip is 5 times 175.7 equals 878.5 ft and rope weight for three quarters rope at 0.9 lb per ft times 878.5 ft equals 791 lbs, or b. 72897 divided by 13639 equals 5.4 (use 6 parts.) Therefore total length beyond tip is 6 times 175.7 equals 1054.2 ft and rope weight for three quarters rope at 1.23 lb per ft times 1054.2 ft equals 1297 lbs 8. Total line length 3 wraps on drum and contingency (assume 40 ft) plus boom length plus total line beyond boom tip. EXAMPLE: a. 40 ft plus 55 ft plus 878.5 ft equals 973.5 ft b. 40 ft plus 57 ft plus 1054.2 ft equals 1151.2 ftNote: portions of line and 80 ton block will be submerged in fresh (river) water. 9. The cranes shall have a current state crane inspection and load test certification. 10. If quoting other than the requested models, please provide a detailed specification sheet, so that our evaluation team can determine if it is an acceptable equal. 11. Both cranes shall be from the same manufacture and the same model. 12. The contractor shall deliver the cranes to Grand Coulee Dam Third Power House draft tube deck north service yard area and assemble, ready for use, including but not limited to counter weights, outrigger boxes, auxiliary hoist, and hooks. 13. Price to include rental for 2 cranes for 4 months plus delivery charges and any other items necessary to conform to the requirements of this specification. Estimated rental period is April 01, 2012 through July 31, 2012 14. Grove Model RT9130, OR Linkbelt Model RT80100, OR EQUAL. Delivery shall be no later than April 1, 2012, FOB Destination, at Grand Coulee Power Office, WHSE B - Door 6 - IND AREA, Grand Coulee WA 99133. Provisions and Clauses: Provision 52.212-1 - Instructions to Offerors - Commercial, is included by ReferenceProvision 52.212-2 - Evaluation - Commerical Items states:"(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: TECHNICAL ACCEPTANCE, PAST PERFORMANCE, DELIVERY, AND PRICE.Technical Acceptance and Delivery are evaluated on a GO/NO GO basis. THOSE OFFERS THAT DO NOT MEET THE TECHNICAL AND DELIVERY REQUIREMENTS WILL BE EXCLUDED FROM FURTHER CONSIDERATION. Remaining offers will be evaluated on past performance, and then Price.(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c) 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".Provision 52.212-3 - Offeror Representations and Certifications - Commercial Items states:"An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision."Offerors may download the complete provision at website www.acquisition.gov/far.Clause 52.212-4 - Contract Terms and Conditions - Commercial Items, is included by reference.Clause 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition with the following FAR clauses attached:52.203-6, Restrictions on Subcontractor Sales to the Government52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2011)52.219-6, Notice of Total Small Business Set- Aside (NOV 2011) (15 U.S.C. 644)52.219-28, Post-Award Small Business Program Rerepresentation (Apr 2009)52.222-3, Convict Labor (JUNE 2003) (E.O. 11755).52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126).52.222-21, Prohibition of Segregated Facilities (FEB 1999).52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).52.222-35, Equal Opportunity for Veterans (SEP 2010)(38 U.S.C. 4212).52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C.. 793).52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212).52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496).52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)52.225-13, Restrictions on certain foreign purchases (june 2008)52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003)52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78)Offerors may download the complete provision at website www.acquisition.gov/far. The following Clauses and Provisions also apply to this acquistion:52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011)52.204-7, Central Contractor Registration (Apr 2008)52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification (Nov 2011) Responses to this Combined Synopsis/Solicitation are due in the office to the Paula Collins no later than 4:00 pm (MST) on 02/15/2012. Point of Contact: Paula Collins - 208-378-5110, pcollins@usbr.gov or Don Anderson - 208-378-5364, dhanderson@usbr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a941651a1e44aa38926da60301f70c00)
 
Place of Performance
Address: GRAND COULEE, WA
Zip Code: 99133
 
Record
SN02665316-W 20120203/120201234426-a941651a1e44aa38926da60301f70c00 (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.