Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOLICITATION NOTICE

J -- LCF Link Belt 348 Service and Inspection

Notice Date
7/1/2024 7:09:33 AM
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W072 ENDIST HUNTINGTON HUNTINGTON WV 25701-5000 USA
 
ZIP Code
25701-5000
 
Solicitation Number
W9123724Q0086
 
Response Due
7/22/2024 1:00:00 PM
 
Archive Date
08/06/2024
 
Point of Contact
Travis Adkins, Phone: 3043995099, Danielle ROAR, Phone: 3043995348
 
E-Mail Address
travis.c.adkins@usace.army.mil, Danielle.L.Roar@usace.army.mil
(travis.c.adkins@usace.army.mil, Danielle.L.Roar@usace.army.mil)
 
Description
DESCRIPTION OF WORK The Contractor shall provide all necessary equipment, labor and materials needed to disassemble the crane at the Government�s facility in preparation for transport to the Contractor�s facility. The crane shall be disassembled by the Contractor in accordance with the manufacturer�s procedures. The Contractor shall provide all necessary equipment, labor and materials needed to safely transport each section of the crane to the Contractor�s facility prior to repairs and back to the Government�s facility after repairs are completed. The Contractor shall remove and replace the turntable bearing. The new bearing will be furnished by the Government. If there are any tolerances issues during installation of the new bearing, the Contractor shall inform the Government representative within (2) two business days of the findings. The Government representative will determine a path forward prior to the Contractor proceeding with installation of the new bearing. The turntable bearing shall be installed by the Contractor in accordance with the manufacturer�s specifications. The Contractor shall remove and replace the drum hoist brakes on the front and rear drums. The brake bands, liners and associated hardware will be provided by the Contractor. The brakes shall be installed and adjusted by the Contractor in accordance with the manufacturer�s specifications. The Contractor shall remove and replace the main hydraulic pump. The main hydraulic pump will be furnished by the Government. The main hydraulic pump shall be installed by the Contractor in accordance with the manufacturer�s specifications. The Contractor shall remove and replace the main hoist motor. The main hoist motor will be furnished by the Government. The main hoist motor shall be installed by the Contractor in accordance with the manufacturer�s specifications. The Contractor shall remove and replace the boom hoist motor. The boom hoist motor will be furnished by the Government. The boom hoist motor shall be installed by the Contractor in accordance with the manufacturer�s specifications. The Contractor shall inspect and adjust the drive tracks and drive track components to the manufacturer�s specifications. Any parts found to be out of manufacturer�s specifications are to be submitted in writing to the Government representative within (2) two business days of the findings. The Government representative will determine a path forward prior to the Contractor proceeding with any repairs to the drive tracks and drive track components. The Contractor shall furnish and replace all hydraulic hoses, hydraulic filters and shall flush the cranes hydraulic system and hydraulic components. The Contractor shall fill the hydraulic system with the manufacturer�s specified hydraulic oil, remove all air from the system and perform a pressure test. The Contractor will be responsible for supplying all new hydraulic oil and for the disposal of the old hydraulic oil. The Contractor shall flush the engine�s cooling system and replace with the manufacturer�s specified coolant. The Contractor will be responsible for supplying the new coolant and for the disposal of the old coolant. The Contractor shall inspect the cranes HVAC system. Any faulty components shall be submitted to the Government representative in writing within (2) two business days. The Government representative will determine a path forward prior to the Contractor proceeding with any repairs to the HVAC system or components. The Contractor shall inspect each boom section component for defects and cracked welds. Nondestructive testing procedures will be used to inspect each weld. The Contractor shall submit a report of findings to the Government representative within (2) business days after the inspection has been completed. The Government representative will determine a path forward prior to the Contractor proceeding with any repairs to the boom sections. The Contractor shall inspect the cranes Load Moment Indicator �LMI� and all associated components. The Contractor shall submit a report of findings to the Government representative within (2) business days after the inspection has been completed. The Government representative will determine a path forward prior to the Contractor proceeding with any repairs to the LMI. If no repair is needed, the Contractor shall recalibrate the LMI. The Contractor shall provide all necessary equipment, labor and materials needed to reassemble the crane at the Government�s facility. The crane shall be reassembled by the Contractor in accordance with the manufacturer�s procedures. The Contractor shall conduct a load test with the crane at the Government�s facility. The load test shall be in accordance with the EM 385-1-1. The Government will provide the test weight and rigging for the load test. The Contractor shall provide a certified crane operator and rigger to perform the test. The Government representative will be on site for the entirety of load test. The Contractor shall perform an annual inspection to the crane and provide a certification to the Government representative upon completion of the inspection. In addition to the inspection of the crane, the Contractor shall inspect the blocks and headache balls listed below for defects, hook spread, twist and any cracks. (2) Two, 40 ton blocks (1) One, 60 ton block (1) One, 165 ton block (1) One 300 ton block � � � � � � � � � � � � � � � � � (2) Two 20 ton headache balls
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f2a1c7f87f5d402d8faa09ae21c77939/view)
 
Place of Performance
Address: Old Hickory, TN 37138, USA
Zip Code: 37138
Country: USA
 
Record
SN07113535-F 20240703/240701230107 (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.