Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2020 SAM #6951
SOURCES SOUGHT

38 -- Notice of Intent-Brand Name Manitowoc MLC300 Crane

Notice Date
12/8/2020 12:40:06 PM
 
Notice Type
Sources Sought
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
US ARMY ENGINEER DISTRICT HUNTINGTO HUNTINGTON WV 25701-5000 USA
 
ZIP Code
25701-5000
 
Solicitation Number
W9123721Q0024
 
Response Due
12/11/2020 12:00:00 PM
 
Archive Date
12/26/2020
 
Point of Contact
Cynthia A Oxley, Phone: 3043995337
 
E-Mail Address
cynthia.a.oxley@usace.army.mil
(cynthia.a.oxley@usace.army.mil)
 
Description
THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR BIDS/PROPOSAL.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of Brand Name Items. The United States Army Corps of Engineers, Huntington District intends to include the following proprietary items in a solicitation for a supply acquisition under authority of FAR 6.302-1(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements. This project may include a Brand Name only component, as described below, unless the results of this sources sought notification indicates otherwise. This notification serves three purposes: (1) to notify potential Offerors of the Government's intent to solicit a brand name only component under a future supply purchase; (2) to identify potential sources that can provide the brand name only item and/or equivalent; (3) notification of the Army's intent to contract sole source for a Brand Name Only, if the market is unable to provide equivalent' products. In the event no equivalent equipment exists, the Brand Name Only justification will be issued pursuant to FAR Part 6.302-1(c)(1), ""Only One Responsible Source and no other supplies or services will satisfy agency requirements"". A subsequent market survey will not be published in support of a Justification and Approval (J&A) for sole sourcing the resultant product(s) or system(s) in the event an equivalent product is not submitted for consideration. In such instances, the brand name or equal component will be issued/solicited competitively. Only that part of the project requiring brand name components will be sole source if no sources are able to prove an equal product. SUMMARY OF REQUIREMENT: The supply purchase will include Brand Name only equipment as follows: The contractor shall supply one Manitowoc MLC300 crane and accompanying parts. The crane will be placed and installed on a floating barge with dimensions of 195� x 54� and a hull depth a 10�. The crane shall meet the following requirements: 386 US Ton (350 metric Ton) lifting capacity Engine rated for 450 HP (336 kW) at 1800 RPM 177.2� (54 m) Boom 48� (1.2 m) Crawler Pads Rotating bed mounted 36,760 lb. (16,650 kg) line pull auxiliary drum with quick disconnects for hoist piping, grooved for 28 mm wire rope Crane shall come equipped with a Variable Position Counterweight system Must be capable of lifting 115,000 lbs at 100� radius Rear swing radius shall not extend past 28� 2� Rear swing radius with the mast stowed shall not extend past 30� 2� Width of crawler base must be 26� 5� Length of crawler base must be 31� 10� Clearance of counterweight tray to the deck must be 5� 145-gallon hydraulic reservoir equipped with sight gauge, breather, clean out access, 100 micron mesh internal strainers, and 40 micron inlet screens Upon award of the contract, the computer (LMI) shall be loaded with 3-degree charts which will be provided by USACE. A remotely located wireless anemometer (wind speed indicator) shall be located on the boom tip as per manufacturers design. Additional Accompanying Parts � Accessories Twenty (20) 10-Ton (22,050 lb.) counterweight boxes Carbody jacking cylinders with pads, self-erect cylinder fitted to live mast assembly and synthetic lifting slings Camera System for viewing hoist drums. Shall include a camera with zoom capability at boom top and two (2) monitors in the operator�s cab for viewing 250 US Ton (226 metric Ton) hook block, 3,260 kgs (11,500 lbs.), seven 760 mm 30� Nom. OD roller bearing sheaves grooved for 28 mm wire rope Duplex roller bearing swivel hook, hook latch & swivel lock, 28 mm wire rope Cheek Weight kit consisting of two (2) 688 lb. (312 kg) weights and two (2) 1,369 lb. (621 kg) weights for total of 4,144 lbs. (1,866 kg) additional block weight 2100� Liftcrane load line (Main Drum), 28 mm rotation resistant 1444� Liftcrane load line (Auxiliary Drum), 28 mm rotation resistant Detachable upper boom point with one 76 cm (30�) diameter tapered roller bearing sheave with rope guard for No. 500 boom top. Upper boom point shall include roller assembly for use on luffing jib attachment. Block-up limit for second line over boom top One each 24.5 Ton Auxiliary Ball Single sheave auxiliary block capable of two-parts of auxiliary load line Crane Star Crane Asset Management System A�red LED aviation obstruction light place on the tip of the crane�s boom. The light must meet all FAA and ICAO standards. LMI will sense and display at all times during operations the machine list/trim, radius, boom angle, hook load, and load chart selected. Contractor shall provide and install an OEM or equivalent cold weather package for the crane. The package shall consist of: Thermostatically controlled heaters capable of maintaining engines, engine coolants, engine oils, hydraulic tanks, and batteries at a temperature suitable for easy starting and ease of operations during inclimate/adverse weather for the geographical region and temperatures as low as -30� F/-34�C for which the equipment is required to operate. Package must include ESI AC common electrical boxes. System must be able to operate at temperatures as low as -30� F/-34�C. Contractor shall provide and install a light assembly compatible for the Manitowoc MLC300. Light assembly shall include auxiliary lighting system on both the boom and super structure. Light assembly shall be of sufficient lumens to illuminate the area around the super structure and within the swing radius of the maximum boom length and radius of the crane capabilities listed herein. Light assembly shall be powered by a generator with sufficient capacity to provide adequate electricity to power the entire light assembly. Generator shall be designed and compatible specifically for the MLC300, and installed prior to or upon delivery by the contractor. Any vendor wishing to provide a crane seemingly equivalent to the Manitowoc MLC300 Crane and accompanying parts must provide a copy of its brochure, a narrative and all other technical data required to clearly identify compliance with the requirements above no later than 11 December 2020, 3:00 PM EST, to Contract Specialist, Cynthia Oxley, U.S. Army Corps of Engineers, Huntington District, Contracting Division, via email to cynthia.a.oxley@usace.army.mil.� This is a market survey and notification of intent only. This is not a request to respond to a solicitation. A determination by the Government to compete this proposed contract based upon responses to this notice is solely within the direction of the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c31d7cefd09a408bafe4025d60ab0a38/view)
 
Place of Performance
Address: Louisville, KY 40212, USA
Zip Code: 40212
Country: USA
 
Record
SN05869434-F 20201210/201208230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.