|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,1999 PSA#2279Northern Division, Navy Crane Center, NAVFACENGCOM, 10 Industrial
Highway, Mail Stop #82, Lester, PA 19113-2090 39 -- ACQUISITION/REFURBISHMENT OF VARIOUS CRANES FOR STRATEGIC
WEAPONS FACILITY PACIFIC, SILVERDALE, WA SOL N62472-98-R-1648 DUE
022499 POC Veronica Dotson, Contract Specialist, 610-595-0505, Margaret
Gettings, 610-595-0505 The Government intends to issue a competitive
Request For Proposal (RFP) to procure one 25/2-Ton Overhead Electric
Traveling Crane for the Maintenance Support Building (MSB) 6350 and one
25-Ton Overhead Electric Traveling Crane for the Dockside Handling
Building (DHB) 7700. Each crane shall be designed, fabricated,
assembled, complete, shop tested, delivered, installed and ready for
use. The cranes shall be Class D Service (Heavy Service) as classified
by CMAA #70, 4-wheel, pendent pushbutton station controlled, and
designed to operate in a non-hazardous indoor environment on 480 VAC,
3-Phase, 60-Hertz. The design of the crane shall be in accordance with
all applicable requirements ("shall" statements) and recommendations
("should" statements) of CMMA #70. The contract includes removing the
existing runway electrification, furnishing and installation of new
runway electrification. A packaged hoist is not acceptable. Procurement
of two Underhung Electric Traveling Cranes for the Inert Component
Processing Building (ICPB) 6589, to be designed, fabricated, assembled,
complete, shop tested, delivered, installed, and ready for use. The
cranes shall be Class C (Moderate Service) as classified by CMAA #74
and its hoist shall be Hoist Duty Class H4. The design of the crane,
runway, and suspension system shall be in accordance with all
applicable requirements ("shall" statements) and recommendations
("should" statements) of ANSI MH 27.1, ANSI/ASME HST-4M, and CMAA #74.
The hoist shall be integral with, or rigidly lug-mounted on, motor
trolleys selected to match the hoist duty class. The complete cranes
(including bridge, trolley, and hoist) shall be controlled from a
pendent pushbutton station, and shall be designed for operation in a
non-hazardous indoor environment on 480 VAC, 3-Phase, 60-Hertz power.
The contractor shall install a new rail system and perform a rail
survey including the furnishing and installation of complete runways-
including runway electrification, suspension rods and fittings, end
stops, and all the necessary hardware and accessories. Refurbish an
existing 50/5-Ton Overhead Electric Traveling Crane in Launcher
Equipment Storage Building (LESB) 6590 with new controls, motors,
brakes, runway electrification, bridge-to-trolley electrification,
pendent pushbutton system, floodlights, receptacles, and footwalks. The
crane is designed for Class C Service (Moderate Service) as classified
by CMMA #70. Existing electric drives are cab controlled. The cab
controls shall be removed and the new electric motors shall be pendent
pushbutton station controlled. The crane is designed to operate in a
non-hazardous indoor environment on 480 VAC, 3-Phase, 60-Hertz. The
contract includes removing the existing runway electrification and
furnishing and installation of new runway electrification. Full-time
services of the crane contractor's representative, during unpacking,
installation, operational adjustments and testing of all cranes at the
erection site will be required. This solicitation is Set-Aside for
Small Business. This solicitation will be issued on a disk or CD-ROM in
MICROSOFT OFFICE 97 (WORD and EXCEL) format. Award will be made for
design of the 25/2-Ton OET Crane with various options to procure
manufacture of the 25/2-Ton Crane and design/manufacture/refurbishment
of remaining cranes during FY 00 and 01. Exercise of options depend
upon availability of funds. All firms responding will be required to
print and return Section K and various attachments (EXCEL) along with
their proposals. The basis for any award resulting from the Request For
Proposal shall be based on the best value to the Government; price,
technical and other factors considered, which will be evaluated on an
equal basis. The Technical and Other factors to be evaluated consist
of: 1)Technical Approach, 2)Managemnent Plan and 3)Corporate
Experience. All applicable Buy American and Trade Agreement Act clauses
in FAR and DFAR will be utilized for this procurement and shall have a
direct effect of the evaluation outcome of all offers received. Posted
02/05/99 (I-SN295717). (0036) Loren Data Corp. http://www.ld.com (SYN# 0246 19990209\39-0002.SOL)
39 - Materials Handling Equipment Index Page
|
|