Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8, 2000 PSA #2681
SOLICITATIONS

49 -- MAINTENANCE & REPAIR SHOP EQUIPMENT -- OVERHEAD CRANE

Notice Date
September 6, 2000
Contracting Office
United States Property & Fiscal Office for Ohio, Attn: AGOH-PF-PC, 2811 West Dublin Granville Road, Columbus, OH 43235-2788
ZIP Code
43235-2788
Solicitation Number
DAHA33-00-T-0041
Response Due
September 21, 2000
Point of Contact
SSG Matt Stinnett 614-336-7208 CPT Ron Davis 614-336-7165
E-Mail Address
email address for Matt Stinnett (stinnettm@oh-ngnet.army.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. Solicitation DAHA33-00-T-0041 is issued as a Request For Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those on effect through Federal Acquisition Circular 97-17. This synopsis/solicitation is set aside for small business. The standard industrial classification (SIC) code is 3536. The applicable small business size standard including affiliates is no more that 500 employees. The required items are as follows: ITEM QUANTITY (each) a. Manufacturers: Available manufacturers are subject to compliance with requests, manufactures offering products that may be incorporated in the work include, but are not limited to the following: 1. Bridge Crane: Crane rail, J bolts, brackets, channels, stops, and hoist: a. Mannesmann Demag Corp. b. Bridge: EFFE single girder top running, 7.5 ton, C (General to moderate duty), 81ft. 0in. span. c. Hoist: 7.5 tons, 16ft.-0in., 26/2.6 FPM two speed. . d. Trolley: f60/15 FPM E. Service: Indoor, 460/3/60 power supply. f. Special Features: Bridge travel limits, two year warranty, warning bell, rotating red light, hoist overload device. g. Controls: Modern wiring-circuitry endure trouble-free service. Water tight and dust resistant enclosure is standard. The crane control enclosure has a lockable disconnect switch for additional safety. h. Push-button station: Floor control is provided by and ergonomically designed push-button station. Slanted position and alert colors of the light, high0impact resistant fiberglass casing promote safe operation. The P.B. station is suspended from an enclosed track system to enable separation of operator and load. i. Bridge Electrification: Electrification across bridge for power and control circuits consists of highly flexible neoprene covered flat-section cable suspended from smooth running enclosed track system. j. Painting: The crane is given an appropriate number of coats of anti-corrosive primer and finish paint to protect surface from environmental damage. k. Hoist: Wire rope and electric chain hoists designed in strict conformance to all applicable national and local codes and regulations. l. Hoist Brake: The hoist holding brake is an electrically opened, mechanically closed unit. It is a conical brake type having a minimum torque rating of 150% of motor full load torque. Brake material does not contain asbestos. Control braking means is electrical and is capable of maintaining controlled lowering speed within 120% of rated lifting speed. m. Shop Assembly and Testing: Completely assemble the crane, including piping and wiring in the crane manufacturer's shop. Test all systems and components to verify proper functioning of the entire crane system. Ship all unit assemblies completely piped and wired. Tag or otherwise identify piping and wiring between assemblies which are disconnected for shipment, to facilitate reassemble at the site. Provide all components required for field assembly. n. Due to building design the following weights are not to be exceeded: Girder WT: 15524 LBS. Endtruck: 2750 LBS Trolley: 1040 LBS Shipping Weight: 19800 Vendor must be registered in Central Contractor Restoration (CCR) for award. This item/components must be delivered not later than December 15, 2000. The items/components will be delivered to UTES #1, 1488 Newton Falls Portage Road, Ohio 44444-9519. Federal Acquisition Regulation Clause's 52.212-1, Instructions to Offerors-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this acquisition. Additional Clauses 52.222-26 Equal Opportunity, 42.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities. Clauses 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration and DFARS 252.204-7004 Required Central Contractor Registration are both required. The Ohio National Guard will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Ohio National Guard. The following factors shall be used to evaluate offers: Price and availability to meet delivery date. Quotes may be faxed to 614-336-7304. Questions may be directed to Matt Stinnett at 614-336-7208.
Record
Loren Data Corp. 20000908/49SOL003.HTM (W-250 SN493414)

49 - Maintenance Repair Shop Equipment Index  |  Issue Index |
Created on September 6, 2000 by Loren Data Corp. -- info@ld.com