Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2014 FBO #4675
MODIFICATION

36 -- Free Standing Bridge Crane and Hoist System, Assembly and Load Testing

Notice Date
9/10/2014
 
Notice Type
Modification/Amendment
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
National Transportation Safety Board, National Transportation Safety Board, Acquisition Division, 490 L'Enfant Plaza East, SW, Washington, District of Columbia, 20594, United States
 
ZIP Code
20594
 
Solicitation Number
NTSB-PUR-14-0342
 
Archive Date
9/30/2014
 
Point of Contact
Kathleen A Kern, Phone: 1-202-314-6104, BRYAN J. MOY, Phone: 202-314-6282
 
E-Mail Address
kathleen.kern@NTSB.gov, bryan.moy@ntsb.gov
(kathleen.kern@NTSB.gov, bryan.moy@ntsb.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis/Solicitation NTSB-PUR-14-0342 Amendment 05 Free Standing Bridge Crane and Hoist System: (1) Action Code. Post-Closing Amendment 05 (2) Date: Wednesday, 10 September (3) Year. 2014 (4) Contracting Office Zip Code. 20594 (5) Classification Code: 333923 Overhead Traveling Crane, Hoist and Monorail System Manufacturing. (6) Contracting Office Address.. National Transportation Safety Board (NTSB) Office of Administration, Acquisition & Lease Management Division, AD-20, 490 L'Enfant Plaza, SW Washington, DC 20594 (7) Subject: Free Standing Bridge Crane and Hoist System (8) Proposed Solicitation Number. NTSB-PUR-14-0342 05 (9) Closing Response Date. Monday, 15 September 2014 at 9:00AM EST (DST). (10) Contact Point or Contracting Officer. Ms. Kathleen A. Kern; Mr. Bryan Moy (11) Place of Contract Performance. National Transportation Safety Board (NTSB) 490 L'Enfant Plaza, SW Washington, DC 20594 (12) Set-aside Status: 100% small business set aside. (i) The purpose of this post closing amendment 05 to Solicitation NTSB-PUR-14-0342 is to an additional question put forward by interested parties. Question 1: I noticed that Amendment 04 includes questions from a vendor regarding the required minimum hoist lift requirement of 92". The specified Harrington NER010SD-09 is only a 1-Ton capacity hoist. My interpretation of the solicitation is that your intention is for vendors to supply a 2-Ton capacity bridge crane/runway system with 2-Ton capacity hoist. This would be a Harrington NER020SD-09, which has a headroom dimension of 23.2" instead of the 16.90" headroom dimension for the NER010SD-09. Please address the need for a 2-Ton capacity hoist in place of the specified 1-Ton capacity hoist when you have a moment. Question 2: For clarification, this synopsis / solicitation has always been issued as "a brand name or equal requirement." The solicitation stated "The acceptable equipment shall be equivalent to: Gorbel GLCS-FS-NT-2000/4000-21.0146 and Harrington NER010SD-9(sic)." Your interpretation "...that your intention is for vendors to supply a 2-Ton capacity bridge crane/runway system with 2-Ton capacity hoist", is correct. The correction of the need for a 2-ton capacity hoist shall correct the acceptable equipment equivalent "brand name or equal" to the Harrington part NER020SD-09. To address the need for "a 2-Ton capacity hoist in place of the specified 1-Ton capacity hoist", the requirement is for the maximum lifting capacity of the hoist to be 2 tons and the height shall be as close as each manufacturer can get to the height listed in the SOW and within the constraint of the room's ceiling height. An offer within 12" of the specified height shall be considered a workable solution, with offer(s) closer to the specified height being considered (a) more favorable solution(s). Additionally, with regard to the runway length, "approximately 42 feet" is amended to read "runway length to be contained within a maximum 42 foot overall crane structure." The long dimension of the crane structure should not exceed 42 feet and the runway should be whatever can be accommodated within that length. (iii) The date, time and place offers are due: Monday, 15 September 2014 at 9:00AM EST (DST). (iv) The individuals to contact for information regarding the solicitation: Ms. Kathleen A. Kern, kathleen.kern@ntsb.gov, 1-202-314-6104; Mr. Bryan Moy, bryan.moy@ntsb.gov, 202-314-6282. (vi) Any amendment(s) to this solicitation will be issued in the same manner as the initial synopsis and solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NTSB/CMS/WashingtonDC/NTSB-PUR-14-0342/listing.html)
 
Place of Performance
Address: National Transportation Safety Board, NTSB Office of Research and Engineering, 925 Frontage Road SW, Washington DC 20954, Washington, District of Columbia, 20954, United States
Zip Code: 20954
 
Record
SN03504392-W 20140912/140910235223-b791bb6be4c16de3dc0c9f5f38a6d8fc (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.