Contact:
Linda L. Zamarocy, 312-846-5374, FAX (312) 886-5475 OR E-MAIL TO Linda.l.Zamarocy@usace.,army.mil
US Army Corps of Engineers, Chicago, 111 N. Canal, Suite 600, Chicago, IL 60606
Description
1. The Contractor will be required to furnish and install equipment for a USACE -owned Manitowoc 3900W crane, S/N 395098. The crane engine is a Caterpillar D-343T, S/N 62B-8420. The government owned and operated crane is located at the Chicago District Corps of Engineers (LRC) Stone Dock, which is on the north side of the mouth of the Chicago River in Calumet Harbor. The LRC Stone Dock can be accessed from the gate located at 86th St. and South Green Bay Avenue, in the City of Chicago; the nearest local street address is 8555 South Green Bay Avenue, Chicago, IL 60617.
2.DEFINITIONS: For purposes of this acquisition, the following terms are defined accordingly, a. Parts: Parts are crane components and accessories originally manufactured or supplied by the OEM. b. Qualified Person: The mechanic providing services is to be a Manitowoc Crane Factory trained and recognized mechanic, possessing sufficient knowledge to service all aspects of this particular model of crane. Normal Working Hours: c. Normal working hours for Corps of Engineers (COE) personnel are between 6:30 a.m. to 4: 30 p.m.Monday through Friday. 3. REFERENCES: A. USACE Safety Manual, EM 385-1-1, November 2003. B. ANSI Standard B30.5 (1968) – Crawler, Locomotive, and Truck Cranes. C. Original Equipment Manufacturer (OEM) Crane Manuals.
4. SCOPE OF WORK: The Contractor will be required to provide all necessary labor, equipment, materials, and supplies to perform the work identified in the below Bid Items:
Bid Items:
0001. Furnish and install upper boom point duty cycle sheaves and shaft assembly.
0002. Furnish only a high lift block. The block shall be a Miller Hi-Lift Block – 40 Ton, for 1-1/8 wire rope: Model Number 124TF40, Part Number M131241908, weight 830 lbs.
During the performance of all work, one representative from the US Army Corps of Engineers (USACE), Chicago District will be present onsite at all times. The contractor will be notified by the Contracting Officer’s Representative (COR) who this individual will be, and its contact information will be provided. No contract work shall be performed or accepted without a designated USACE representative present during task execution. The USACE will provide equipment to assist the contractor with lifting the duty-cycle sheave assembly into place.
4.1. PARTS: All parts furnish ed for any service work included in the resultant Purchase Order will be OEM, or equal to genuine OEM replacement parts in all respects. If necessary, shipments of parts may be made directly to a local USACE address for pick-up by the Qualified Person. Please coordinate with the USACE Technical POC, Mr. Tim Kroll if this arrangement or a similar variation is necessary.
4.2. QUALITY: For any work included in the Purchase Order, the contractor shall maintain conformance with the recommendations that a re established within the Manitowoc Crane manual.
4.3. SERVICE REPORT: The Qualified Person shall prepare a service report for each service that is performed . On the same day that the service is performed, the Qualified Person shall deliver the service report to the USACE site representative prior to his/her leaving the work site.
5. PERFORMANCE PERIODS: The tasks described in this Scope of Work shall be completed on or before 31 May 2008. With respect to this work, the contractor is advised that the USACE crane is working at an active loading dock, supporting on-going daily marine floating plant maintenance operations that cannot be interrupted. Daily operations of this loading dock will begin on 05 May 2008, and continue through the summer. The marine floating plant crew that this crane supports works on 8-day on, 6-day off schedule, and there will be regular business days within the contract period to complete this work without interrupting scheduled crane operations. Specifically, these days will be 22, 23, 26, 27, and 28 May 2008.
6. SAFETY: The contractor will be subject to USACE safety policies while performing services on Federal Government property. A copy of the USACE Safety Manual can be furnished for reference.
7. FACILITIES ACCESS: The Government will provide safe and reasonable access to the cranes. The access will include close proximity of the service truck to the plant, dockside.
7.1. COMMUNICATION: The contractor is advised that the USACE Stone Dock Site where the crane is located is unimproved, and does not have telephone service. The contractor will be required to provide cellular phone service for its own personnel working at the site.
8. ENVIRONMENTAL CONTROL: The mechanic is to follow USACE instructions on disposal of waste materials and pans. Procedures and actions that will impact the environment are to be compliant with, at a minimum, the best industry practice if USACE policy is not available. USACE policies govern when stated.
9. SUBMITTALS:
The following items are to be submitted with the contractor’s proposal: The contractor shall submit a statement of qualifications for the Qualified Person. Included shall be documentation proving that the individual is a factory-trained mechanic.
Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with its quote. The clause 52.212-4, Contract terms and conditions-Commercial Items applies to this acquisition. The clause 52.212-5, Contract Terms and Conditions required to implement Statues or Executive Orders-Commercial Items applies to this acquisition. The following clauses l isted in 52.212-5(b) and (c) are included by reference: 5.222-21; 52.222-22; 52.222-23; 52.222-41; 52.225.3; and 52.232-34.
Price quotes for this acquisition shall be furnished on Company Letterhead, using the following format:
Line Item 0001: Furnish and install upper boom point duty-cycle sheaves and shaft assembly, Total Price $____ ________.
Line Item 0002: Hi-Lift Block, Total Price $______________.
Total proposed Amount of Items 0001 and 0002: $______________.
The solicitation number is W912P6-08-Q-0005.
This procurement is 100% set aside for small business concerns under naics 333120, with a size standard of 750 employees.
Walsh-Healey Public Contracts Act applies to this solicitation.
The Government reserves the right to make an award on the initial quote without discussions on this procurement.
Award will be made to the responsive and responsible offeror who submits the lowest aggregate price for the Supplies.