SOLICITATION NOTICE
38 -- PROCUREMENT OF TWO 60-TON CRANES FOR YOKOSUKA AND SASEBO, JAPAN.
- Notice Date
- 9/27/2012
- Notice Type
- Presolicitation
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- N40084 NAVFAC FAR EAST, OPAQ IPT PSC 473, Box 13, FPO AP 96349-0013 Building 1828, Tomari-cho, Yokosuka Kanagawa,
- ZIP Code
- 00000
- Solicitation Number
- N4008412R0044
- Response Due
- 11/20/2012
- Archive Date
- 11/30/2012
- Point of Contact
- Carla Echols 046-816-2875 Carla Echols, email address: carloso.echols@fe.navy.mil or 046-816-2875.
- E-Mail Address
-
carloso.echols@fe.navy.mil
(carloso.echols@fe.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- In accordance with the Federal Acquisition Regulation (FAR) 5.207, the Naval Facilities Engineering Command, Far East (NAVFAC FE), intends to solicit competitive offers for a Firm Fixed-Price Contract for procurement of two (2) 60 ton cranes for Yokosuka and Sasebo, Japan. This is a new procurement. It does not replace an existing contract. No prior contract information exists. (A) ITEM 0001. Rough Terrain Crane Mobile, Telescoping Boom, H-Type outrigger, Diesel Engine Drive, 60 Metric Ton Capacity (1) Quantity: Two (2) each. E/C 8253-00 (B) DIMENSION. Manufacturer's standard. (1) Boom Minimum Length: 43 Meters (141.1 Feet). (2) Rated Capacity for Main Hook: 60.0 metric-tons (132,277 lbs) Minimum. (3) Rated Capacity for Auxiliary Hook: 5.0 metric-tons (11,023 lbs) Minimum. (4) Hydraulically Extendable Jib Length: 12.7 meters (41.7 feet) Minimum. (C) REQUIREMENTS. (1) Exterior Color: Manufacturer's standard. (2) Identification Markings and Registration Numbers: Reflecterized tape dark blue color, and marked on the applicable vehicle license plate in accordance with NAVFAC P-300. NAVFACFE Transportation will provide United States Navy Registration Numbers to the contractor. The contractor shall install locally manufactured license plate both front and rear of each vehicle, plates will be standard 9 X17 3/8 inches, navy blue lettering on white background. Lettering to include "U. S. NAVY" in one and one-half inch letters (minimum) centered between the top holes, seven-digit USN number for vehicle(s) in 2-inch letters (minimum) centered below U. S. NAVY, and "FOR OFFICIAL USE ONLY" in 1/2-inch letters (minimum) centered between the bottom holes. Both front and rear license plates are required (not required Sasebo ™s). (3) Rust Proofing and Under Coating: Manufacturer's standard. ã (4) Free Fall Device: Not acceptable. (5) Anemometer: Mounted on the main boom tip with a gauge in the Operator ™s Cab. (6) Winch Drum Camera with a Color Monitor in the Operator ™s Cab. (7) Back View / Side View Camera with a Color Monitor in the operator ™s cab. (8) Load Moment Indicator (LMI): Manufacturer ™s Standard. (9) Warning Lamp/ Lights / Alarm System for Load Moment Indicator: Manufacturer ™s Standard. (10) Hour Meter: Manufacturer ™s Standard. (11) Plates and storage brackets for outrigger cribbing: Manufacturer ™s Standard. (12) Revolving Yellow Lights: Shall be installed on the left and right front side visible to personnel and vehicles ahead of the crane travel path. (13) Side Marker Lamp: Manufacturer ™s Standard. (14) Tire Marker Lamp: Manufacturer ™s Standard. (15) Loudspeaker System: Manufacturer ™s Standard. (16) Hands Free Radio System with Speaker: Shall be installed in the operator ™s cab, and provided two hand held radios for rigger personnel. (17) Pitch (Trim) and Roll (List) Indicators: Shall be installed in the operator ™s cab (0 ~ 5 degrees reading in minimum 0.5 degree increments). (18) Fire Extinguisher and Storage Bracket: Shall be installed in the operator ™s cab, Manufacturer ™s Standard. (19) Crane Controls: Crane shall have lever type control system. (20) Hooks and Hook Nuts for Sasebo ™s: Must not be plated or painted. Hooks and nuts must be able to pass a government NDT. NDT will be magnetic particle method. Acceptance criterion shall be no linear indications greater than 1.5875 mm (1/16 inch). (21) Hooks and Hook Nuts for Yokosuka ™s: Must not be plated or painted. Hooks and nuts must be able to pass a government NDT. NDT will be magnetic particle method. Acceptance criterion shall be no linear indications greater than 1.5875 mm (1/16 inch). The hook shall be installed on tip of crane boom and Government removes and reinstalls it to NDT inspection. (22) Load Chart for On-Barge use: For all contact bidders load chart shall be provided at 50% reduction of capacities listed on original load charts. Barge survey will be provided on request after award the contract. (23) Tools: Manufacturer ™s Standard. (24) Accessories: Shall be the type installed on manufacturer ™s standard domestic production model. (25) Wire Rope End Fittings: The crane shall be delivered with 4 parts of line reeve on the main hoist with a poured socket as end fittings. The auxiliary hoist shall also have a poured socket as end fittings. If the main hoist motor line pull is capable, wire rope length should be capable of the hook block reaching the ground with 4 parts of line and the bottom fully extended at minimum radius. To include the wire rope length in the certificate. (26) Wire Rope Breaking Strength Certificate: Manufacturer ™s Certificate is required for the Boom Extend, Boom Retract, Main and Auxiliary Hoist Wire Rope. A certificate of wire rope shall be provided upon delivery. (27) Warranty: Manufacturer ™s standard. The warranty work will be provided by dealers around the Yokosuka and Sasebo area, Japan with Government personnel providing Quality Assurance of all work. All warranty work to include the Manufacturer ™s warranty term inspections shall be conducted at no cost to the government to include parts and labor. Any warranty work performed to include warranty term inspections and breakdowns shall be documented in detail to include the repair procedure and the parts installed at no extra cost to the government. Detailed report shall be provided within 48 hours after completion of any and all warranty work. This acquisition will be issued unrestricted under NAICS 333120. The solicitation is estimated to be released on AsiaNECO on/or around the 20 November 2012. This will be an electronic solicitation only in PDF Format. No paper solicitation will be issued. Propsective bidders/offerors must be register for this project in AsiaNECO, in order to receive notification of availability of solicitation documents. Notification of any changes to the solicitation (Amendments) shall be made only on the internet. It is the Contractor's responsibility to check the above listed address daily or any post changes to the solicitation's plans and specificiations. Oral communications ARE NOT acceptable in response to this notice. Contractors must be registered in the System for Acquisition Management (SAM) at www.sam.gov, in order to receive award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084/N4008412R0044/listing.html)
- Record
- SN02900733-W 20120929/120927235112-c4bf4589ed69e29b65b740b00796cba9 (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 |