Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 19,2000 PSA#2582

Northern Division Naval Facilities Engineering Command, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090

39 -- REHABILITATION OF A 25 TON PORTAL CRANE AT NWS YORKTOWN, VA SOL N3258A-00-R-6010 DUE 060800 POC Alan Ira Finkelman, 610-595-0920; Margaret Gettings, 610-595-0917 E-MAIL: click here to contact the contracting officer via, finkelmanai@efdnorth.navfac.navy.mil. This is a requirement to rehabilitate and restore a 25 Ton Portal Crane built approximately 40 years ago by Star Iron. The offerors submitting proposals are to design the rehabilitation and restoration of the crane in accordance with their design. This solicitation is a 100% SMALL BUSINESS SET ASIDE. PRICE AND TECHNICAL PROP0SALS ARE REQUIRED. THE EVALUATION OF PROPOSALS WILL BE BY A SOURCE SELECTION PROCESS. OFFERORS SHALL SUBMIT A TECHNICAL PROPOSAL AND A PRICE PROPOSAL, each independent and severable. Each prooposal will be evaluated independently of the other by a technical evaluation team and a price evaluation team.The technical proposal shall not contain any reference to price or pricing methods. For this solicitation Technical and Price are considered approximately equal. The Price Proposal shall consist of an original and four copies. The Technical proposal shall be submitted with seven copies and shall not exceed 20 pages, exclusive of resumes, charts and schedules. The type size for the Technical Proposal shall not be smaller than 10 cpi. Pages exceeding the 20 page limit will not be read. The basis for any award resulting from the Request for Proposal shall be based on the best value to the Government, price and other factors considered. The Request for Proposal should be issued during May 2000. Requests for the solicitation may be submitted by e-mail, mail, or facsimile requests. NO TELEPHONE REQUESTS WILL BE HONORED. Requests for the solicitation shall cite the proposal number, the name of the firm, address, point of contact and telephone number. Rehabilitation and restoration will require a contractor provide design and construction services to modify and restore the 25-gross ton Lindholm designed portal crane. The design and modifications shall be based on the performance criteria identified in the solicitation specification and shall result in the crane achieving the capability to safely function with only one crane operator located in the operator's cab. The new work shall be built to thereleased design drawings developed by registered professional engineers. the rehabilitation and restoration of the crane will include but not be limited to the following: (1) Replacing constant potential controls with electronic static stepless controls for the electric drives that power the main hoist, whip hoist, luffing hoist, rotate and gantry; (2) Replacing the drive mechanism's hydraulic brakes with electro-mechanical brakes for the main hoist, whip hoist and luffing hoist; (3) Reconfiguring the holding brakes release and setting characteristics (i.e. as primary and secondary) for the main hoist, whip hoist and luffing hoist; (4) Reconditioning the main engine-generator set including retrofitting with new controls and diagnostics; (5) Painting entire crane; (6) Reconditioning the operator's cab; (7) Reconditioning the electro-mechanical brakes for the main hoist, whip hoist, luffing hoist, rotate, and gantry; (8) Reconditioning each of the eight motion drive motors; (9) Replacing the hinges on the safety gates at the access ladders; (10) Reconditioning all leaking gearboxes, inside gantry frame box sections, shore plug, notch area cracks, and rotate drive hydraulic brake; (11) Replacing the boarding platform on the opposite side of the machinery house from the main boarding entry; (12) Replacing water seal boots on gudgeons, loose and missing bolts, machinery house roof water seals, boom ladder safety cables, cord grip grommets, damaged electrical wires and cables; (13) REPLACING ALL TRAVEL WHEELS [OPTION ONLY]; (14) Installing covers on access openings, protective coating on machinery house roof, rope guards for main and luffing hoist sheaves, conduit on open and unprotected electrical wires; (15) Installing new bleeder, pedal and tubing for the rotate drive hydraulic brake; (16) Installing new limit switches, collector ring assembly, stop alarms, sound power telephones, powered actuators for the luffing pawl and swing lock; (17) Installing new ropes for the main hoist, whip hoist and luffing hoist; (18) Designing and installing new 5-ton jib extension to the main boom, [OPTION ONLY FOR THE 7-1/2 TON JIB EXTENSION] (19) Designing and installing crane stops with buffers, custom rubber boots on gantry gearboxes, and new wiring for motors and controls; (20) Designing and installing new mounting brackets for brakes, control panels, limit switches, actuators, collector ring assembly, encoders, load cells, display units, air conditioner, heater, master switches, weather station, window wipers and pushbuttons; (21) Replacing lighting generator, emergency generator -- air compressor -- diesel engine set and battery with DC-to-AC power converter, battery back-up system, and electric motor driven air compressor; (22) Providing new encoders and displays for boom angle and horizontal positions, load cells and displays for main hoist and whip hoist hook weights; (23) Load test and certify crane utilizing Government owned and certified test weights. The existing referenced drawings will be available on site to the crane contractor. The contractor shall be responsible for the removal and disposal of equipment and debris from the site. Posted 04/17/00 (W-SN445847). (0108)

Loren Data Corp. http://www.ld.com (SYN# 0186 20000419\39-0001.SOL)


39 - Materials Handling Equipment Index Page