Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 13,2000 PSA#2555

NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

39 -- BOOM LIFT SOL RFQ3145894 DUE 032300 POC Gloria J. Rhyner, Contract Specialist, Phone (216) 433-2794, Fax (216) 433-5489, Email Gloria.J.Rhyner@grc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#RFQ314589 4. E-MAIL: Gloria J. Rhyner, Gloria.J.Rhyner@grc.nasa.gov. This notice 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). BOOM LIFT, 1 EACH, Trailer mounted with manual outriggers, less than 3500 lbs. gross weight. Outrigger footprint shall be 10 feet 10 inches by 10 feet 10 inches or less. Platform shall be steel construction, free-draining, slip resistant floor, with heavy duty guardrails and drop bar entry gate. Platform shall be automatic self-leveling. Platform capacity shall be a minimum of 475 pounds. Platform height shall elevate from less than 3 feet to at least 37 feet measured at the platform door. Platform shall be elevated by a two section heavy duty articulating boom mechanism with each section functioning independently, and a minimum four (4) foot jib boom to give versatile working envelope. The boom shall be capable of rotating 185 degrees in either direction. Maximum horizontal platform outreach shall be a minimum of eighteen (18) feet from centerline of rotation to front of platform at a platform height of at least twenty (20) feet. Boom lift cylinders shall be equipped with manual lowering valves and lock valves. Outriggers shall be X configuration, manual fold-down type with screw jack level adjustments; they shall be retained in both raised and lowered positions by self-actuating spring-loaded locking pins. Electrical interlocks with audible warning shall be fitted to prevent operation of the boom until all outriggers are correctly set. A bi-directional bubble gage shall be provided to assist chassis leveling. The hydraulic tank shall be integral with the chassis and protected by the side members with an easy access filler cap. The boom lift shall be battery operated, with batteries mounted to the chassis. The battery charger, motor, control unit and base controls shall be fitted with fiberglass covers that are removable for easy access to the components. The trailer shall be fitted with plated steel disk-type wheels and fitted with 185R 13C 6-ply radial tires. Steel mudguards shall be securely attached to the chassis. A heavy duty tow hitch assembly incorporating an adjustable jockey wheel and over center type hand brake shall be provided. Vertical lighting system and reflectors in accordance with National Road Regulations shall be provided. Automatic overrun/reverse braking shall be provided. The battery operated power system shall be a 24 volt DC system using four (4) 220 Ampere Hour, six (6) Volt batteries operating a four (4) horsepower motor driving a hydraulic pump. An onboard automatic battery charger shall be fitted, suitable for 110V AC or 240 Vac supply. A single joy stick type control system shall be provided at the platform for all boom functions. The control shall include an integral triggertype interlock switch to prevent inadvertent operation, but allow one-hand operation. Controls shall be weathertight and incorporate an emergency stop device to deactivate all power functions. A duplicate set of nonproportional controls shall be provided at ground level for all boom functions and incorporate a security key switch to select chassis, platform or off. Loss of pressure on any outrigger and a tilt sensor shall detect operation on a sloped surface, sound an alarm, and cut out lift and rotation functions, allowing only descending operation. The boom lift shall meet requirements of ANSI A92.2. Test results from an independent laboratory may be requested before final selection to confirm compliance with ANSI regulations. The boom lift shall be fitted with lifting lugs allowing use of a crane for moving equipment. A demonstration of the equipment offered may be required to confirm responsiveness to these minimum specifications before final selection is made. The provisions and clauses in the RFQ are those in effect through FAC 97-15. This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 3569 and 500 employees, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery required within 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the item described above are due by 4:30 PM local time on March 23, 2000 and may be mailed or faxed to Gloria J. Rhyner, 21000 Brookpark Road, Mail Stop 500-306, Cleveland, OH 44135-3191, Fax (216) 433-5489 and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR references may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than March 20, 2000. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements i.e., delivery, warranty, if any, maintenance schedule, if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Posted 03/09/00 (D-SN432972). (0069)

Loren Data Corp. http://www.ld.com (SYN# 0205 20000313\39-0003.SOL)


39 - Materials Handling Equipment Index Page