It is the intent of the US Army Corps of Engineers to award a contract to perform work on a 35 ton Linkbelt mobile crane at McNary Lock & Dam. The work shall consist of repair of Link-Belt 35 Ton and Load Moment Indicator Plate Repair.
Contact:
Robert Joshlin, 509-527-7218
E-mail quotes to : robert.j.joshlin@usace.army.mil
Fax quotes to: 509-527-7802
Mail Quotes to:
Army Corps of Engineers
Walla Walla District Office
Contracting Office
Attn: Robert Joshlin – W912EF08Q0038
201 North 3rd
Walla Walla, WA 9936 2-1876
NOTE: Faxed, mailed, and e-mailed quotes are acceptable. All quotes must reference combined synopsis/solicitation number W912EF08Q0038, be signed by the offeror, and contain the statement – the named offeror takes no exceptions to the specifications and requirements of combined synopsis/solicitation W912EF-08-Q-0038.
Offerors must complete the following quote schedule:
Item——————–Quantity——Unit of measure————–Unit Price——Amount
1.0 Repair Link-Belt—- —1————-Lump Sum—————XXXX———-XXXX
35 Ton mobile crane
2.0 New Boom Sections—1————-Lump Sum—————XXXX———-XXXX
3.0 LMI Plat Installation—1————-Lump Sum—————XXXX———-X XXX
—————————————————————Total Amount—XXXXXXX
2.0 GENERAL
All work shall be in accordance with the requirements as stated in these specifications, the manufactures recommendations, the US Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1 (3 November 2003) and ANSI B30.5 specifications. The US Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1 (3 November 2003) is available at http://www.usace.army.mil/inet/usace-docs/eng-manuals/em385-1-1/entire.pdf.
The work may be performed on site, or the equipment may be taken off sit e for the repairs to be completed. If work is done on site the Contractor may use Government power, air, and water. It is the responsibility of the Contractor to provide electrical cords and hoses to get the utilities to the designated work area.
The government will remove the boom from the Linkbelt Crane (35 Ton) and will lift the boom sections on a truck for the Contractor. The boom sections that need work are the tip, and the two sections behind it, as explained in paragraph 3.3 Boom Repairs.
All equipment and parts supplied shall be new and shall be the standard products of a manufacturer regularly engaged in the manufacture of the products. Items of equipment shall essentially duplicate equipment that has been in satisfactory use at least 2 years prior to contract award.
3.0 REPAIR LINK-BELT 35 TON; MODEL #: HC-78B; SERIAL #: 7DBH2337 (BID ITEM 1)
3.1 Replace the drum rotation indicators inside the cab with new indicators. The new indicators shall include new displays, and con trol lines.
3.2 Out-rigger Controls
3.2.1 Replace all hydraulic flex lines from the out-rigger control valves to the out-rigger hydraulic cylinders, except for the internal out-rigger extension lines.
3.2.2 Replace all of the lock-valve assemblies on the hydraulic out-rigger cylinders.
3.2.3 Rebuild the out-rigger cylinders, which shall include at a minimum of new seals, and 100% visual inspection, and provide a written report on the current condition of the cylinders and trouble spots identifie d.
3.3 Replace the gantry sheave assembly. The existing assembly consists of four (4) sheaves. The new assembly shall have new sheaves, bushings, seals and shaft.
3.4 Replace the bridle sheave assembly. The existing assembly consists of five (5) shea ves. The new assembly shall have new sheaves, bushings, seals and shaft.
3.5 Replace the check valves for both boom back stops. Check and fill to appropriate level after new check valves are installed.
3.6 Replace all of the clutch line hydraulic hos e assemblies. This shall include all rubber hoses that connect from a steel line to the drum clutches.
3.7 Replace the boom dog paw cable, Link-Belt part No. 1J1284 or approved equal. This shall include removal of the existing cable and installation of the new one, once complete the system shall be exercised to verify operation.
3.8 Replace the hoist clutch cylinder on the left side, Link-Belt part No. 8C46 or approved equal. This shall include removal of the existing cylinder and installation of the new one, once complete the system shall be exercised to verify operation.
3.9 Replace the boom hoist brake cylinder, Link-Belt part No. AC4441 or approved eq ual. This shall include removal of the existing cylinder and installation of the new one, once complete the system shall be exercised to verify operation.
4.0 NEW BOOM SECTIONS (BID ITEM 2)
4.1 The Contractor shall provide two new boom sections, the sections shall meet manufacturer approval and shall be as identified below or approved equal. The tip section shall come with new sheaves, bearings, and all hardware necessary for the boom to be installed on the crane. The Contractor shall deliver thes e boom sections to McNary Lock & Dam, the Government will off load these items from a Contractors truck. The Contractor shall provide five (5) working days notice prior to the arrival of the new boom sections to McNary. The Government will install these b oom sections within 30 working days after their delivery.
4.1.1 The tip section shall be Link-belt part No. 1M9133 or equal.
4.1.2 The 20 ft section shall be Link-belt part No. 1M9126 or equal.
5.0 LMI PLAT INSTALLATION (BID ITEM 3)
5.1 The Contractor shall remove the LMI plat from the existing tip section of the boom, that is currently welded on and attach it to the new tip boom section. The attachment method shall meet manufacturer recommendations and the method shall be submitted and appr oved prior to plate installation. The Contractor shall verify that the LMIs line-up with the wire rope sheaves.
6.0 SUBMITTALS
The Contractor shall submit the following items to the Government for approval. The Contractor shall provide a letter of acceptance from the crane manufacturer that the parts and procedure that the Contractor intends to use meets or exceeds the manufacturer recommendations for use on the crane. The Contractor shall not start work until the Government has approved the subm ittal.
6.1 Drum Rotation Indicators (3.1)
6.2 Hydraulic Flex Lines (3.2.1)
6.3 Lock-Valve Assemblies (3.2.2)
6.4 Cylinder Condition Report (3.2.3)
6.5 New clutch line hoses (3.6)
6.6 New Tip Boom Section (4.1.1)
6.7 New 20 ft Boom Sect ion (4.1.2)
6.8 LMI Plate Installation (5.1)
7.0 WARRANTY
The system shall be covered for a minimum of one-year warranty on all parts, labor, and workmanship from factory defects.
8.0 SHIPMENT AND DELIVERY
The Contractor shall be responsible for packing and shipping the components in a manner that will ensure undamaged and complete arrival to McNary Lock and Dam. Shipments are only allowed during normal business hours of Monday Thursday 7:00am to 3:30pm.
All shipments sh all be delivered to:
McNary Lock and Dam
82790 Devore Rd.
Umatilla, OR 97882
Offerors are required to reference and complete the following:
52.212-3 Offeror Representations and Certifications Commercial Items. This may be download ed from – http://www.arnet.gov/far.
52.212-4 Contract Terms and Conditions – Commercial Items. This may be downloaded from – http://www .arnet.gov/far.
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order s. This may be downloaded from – http://www.arnet.gov/far.