|
COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1997 PSA#1882437th Contracting Squadron, Charleston AFB, SC 29404-4829 J -- INSPECT, REPAIR, SERVICE, MAINTAIN, LOAD TEST AND CERTIFY 33
HOISTS AND CRANES. SOL F38610-97QR144 DUE 071897 POC Jacqueline Dent,
Contract Specialist (803) 566-5155 ext 238 or Shirley Blue, Contracting
Officer (803) 566-5155 ext 220 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.
Propelectrical box that cordgrip must be loosened in order to get box
cover open. P/I new (proper length) power leads. Rmv (too short)
electrical power leads to brake on 2 ton hoist. P/I new (proper length)
power leads. Rmv existing bridge truck structural tie point bolt having
wedge washer improperly oriented (which has imparted a bend in bolt).
P/I new ASTM A325 bolt of proper diameter with wedge washer oriented to
allow bolt to remain straight after being torqued. BRIDGE # 3: Rmv
existing (too short) electrical leads to trolley motor. P/I new (proper
length) electrical leads to trolley motor. Rmv reverse mounted chain
can on 2 ton hoist. Reinstall chain can in proper orientation. Rmv
excess gear oil from 7 1/2 ton cranes located in "B" and "C" positions
gear cases, both are presently overfilled and leaking. BRIDGE # 4:
Tighten all electrical conduit connections/fittings that are mounted on
panel box or motor panels. BRIDGE # 5: R/R bent motor mounting platform
support on bridge motor. Rmv existing (too short) trolley motor cable.
P/I new (proper length) trolley motor cable. BRIDGE # 6: R/R motor
mount for bridge motor. (Existing motor mount has weld bead length that
is too short which provides insufficient structural rigidity.) BRIDGE
# 7: Troubleshoot bridge drive to determine cause of failure to
operate. R/R bridge drive as necessary. Rmv over-sized electrical
capacity/size power cables to each 7 1/2 ton hoist. P/I new proper
capacity/size power cable to each hoist. Rmv 3/4 inch diameter
structural bolt at southeast girt structural tie point. P/I shim
between structural members and reinstall bolt. Torque bolt to proper
amount. Rmv existing (too short) electrical cable from brake on 2 ton
hoist. P/I new (proper length) length electrical cable. Rmv existing
(too short) electrical cable from trolley drive motor. P/I new (proper
length) length cable. Rmv reversed chain cans from each 2 ton hoist.
Reinstall chain cans in proper orientation. BRIDGE # 8: Rmv hoist chain
on 2 ton hoist because it is too short to set lower limit. P/I new
hoist chain of adequate length to permit setting of 3 inch lower limit.
[Special note regarding inspection of bridges #1, #7 and #8. Each of
these bridges have several of 16 wheels (8 wheels per side) which
presently are not in contact with (and therefore do not impart any of
load to) flange of supporting I-beam. Reason for this is that some
bridge wheel axle holes have been improperly located too high on bridge
frame, with result that those wheels do not contact I-beam. Opposite
problem is also true, namely, some bridge wheel axle holes have been
placed too low on bridge frame, with result that those wheels carry
entire w8 of bridge, and impart entire load to I-beam through those
wheels. Kr shall disassemble and inspect these bridge trucks and
recommend repairs needed to ensure all 8 wheels of each bridge contact
supporting I-beam and that all 8 wheels on each side equally share any
load placed on bridge. Kr shall provide a list of materials and labor
cost required to repair these 3 bridges to Contracting Officer (CO).]
1/2 ton jib crane: Rmv all non-structural type bolts used to attach jib
boom to pedestal. P/I new ASTM A325 type structural type bolts of
proper diameter. Torque bolts to proper amount. P/I swing stops on
pedestal to prevent damage to crane. P/I operator warning tube on hand
chain directly above hook. P/I instructions on pedestal for operator
to wipe chain with an oily rag at least once each week in order to
impede rust buildup on chain. REPAIRS: All repairs, shall be according
to appropriate sections of OSHA, ANSI, AFOSH, ASME, ASTM, NEMA, NEC,
NFPA, CMAA 70/74 and NAVFAC P-307. Kr will conduct each repair with a
minimum amount of "down time" of each crane. WORK SCHEDULE: Kr shall
coordinate all crane work through bldg custodian. All work shall be
performed during normal working hours unless specifically authorized by
bldg custodian. REPAIR PARTS: All parts used to repair any CAFB crane
shall be original equipment or equal to or better than original
manufacturer's specifications as stipulated in ANSI B30.11-2.3.1(b) and
ANSI B30.16b-2.3.1(b). Kr must provide a written listing of source or
origin of any replacement part used for crane/hoist load bearing parts,
load controlling parts, or operational safety devices (see definitions
in NAV FAC P-307, section 4. The following FAR provisions apply to
this acquisition: 52.212-1 Instructions to Offerors-Commercial Items,
no addenda included; 52.212-2 Evaluation-Commercial Items, the
following factors shall be used to evaluate offers: (1) Technical
capability, (2) Past performance, and (3) Price (technical and past
performance when combined are greater in relative importance when
compared to price), Offerors shall provide with their proposals a list
of no more than 5 of the most recent and relevant past and present
contracts performed for federal agencies and commercial customers
within the last 5 years; 52.212-3 Offeror Representations and
Certifications-Commercial Items, proposals shall contain a completed
copy of this provision; 52.212-4 Contract Terms and
Conditions-Commercial Items, no addenda included; and 52.212-5 Contract
Terms and Conditions Required To Implement Statutes or Executive
Orders- Commercial Items, for paragraph (b), the following clauses
apply: (6), (7), (8) and (9), for paragraph ( c ), the following
clauses apply: (1) and (2). Full text of these provisions and clauses
may be obtained by accessing any of the following Internet Web Sites:
http://acqnet.sarda.army.mil/ (click on Library), -or-
http://www.gsa.gov/far/current/html/toc.html#top -or-
http://farsite.hill.af.mil/. Proposals shall be submitted in writing to
437th LGC/LGCV, Attn: SrA Jacqueline Dent, 102 Long Street, Charleston
AFB, SC 29404-4829 with reference made to solicitation number
F38610-97-QR144 no later than 4:30 PM (EST) on 18 Jul 97. Minimum
allowable wages can be found in U.S. Dept. of Labor wage Determination
No: 94-2473, Revision No: 7, Dated 28 Oct 96. The gov't may hold
discussions with offerors if the Contracting Officer determines it
necessary, but the gov't also reserves to right to evaluate proposals
and award a contract without discussions. Therefore, the offeror's
initial proposal should contain the offeror's best terms including
technical factors and price. Contractors interested in submitting a
proposal should contact SrA Jacqueline Dent for information regarding
a site visit and for a copy of the SOW; fax your request to (803)
566-2850 or via e-mail to dentj@charleston.af.mil. (0183) Loren Data Corp. http://www.ld.com (SYN# 0092 19970708\J-0011.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|