1. Overview/Purpose/ Description of Procurement:
The 47th Contracting Flight, Laughlin AFB TX, is considering the procurement of a floor-mounted jib crane, with all labor, material, equipment, transportation and supervision to install the crane.
2. Scope of Effort:
CLIN 0001: 2 Ton Floor Jib Crane, 1 Each
*all quantities are subject to change.
3. Technical Characteristics
Statement of Work: Install floor mounted jib with electric chain hoist. The crane will have a 2 ton capacity with a 14'0" reach. All parts are to be new with 13/4 fpf, VFD control with a hand push trolley. The Voltage will be 208v/3ph/60Hz with a 2.4 HP motor and an 9.2 amp draw. Contractor shall furnish all labor, material, equipment, transportation and supervision to installing crane. Contractor shall provide submittals in the form of manufacturer's data, certificates of compliance, and samples for all items provided and installed. Contractor will not be permitted to perform any work on site without approved submittals. All submittals should be provided in English. Contractor shall identify all items being installed are covered by a manufacturer guarantee or warranty and provide validated copies of such. The identification shall list the name of company and the expiration date of the guarantee or warranty. Contractor will provide manufacturer's operation and maintenance instructions for all materials being installed; provide Safety Data Sheets for all products used to maintain safe operation of equipment; provide site specific safety plan. Contractor shall identify all items being installed that are guaranteed or under warranty for more than a one-year period, and provide validated copies of manufacturer's warranty. All warranty information shall be filed by contractor in the Government's name. All warranties shall be identified by product with a listing of the name and address of the company and the expiration date of the guarantee or warranty.
The Government will provide the basic utilities, such as water and electricity, in order for the contractor to successfully execute this contract. Government will also provide restrooms for contractor personnel to use at the worksite. No GFM other than those identified herein shall be provided the Government. When work is completed, the contractor shall ensure that the actual work area, including those areas immediately surrounding the work area are free from debris generated in conjunction with the performance of the Statement of Work. The contractor shall ensure the work area is restored to its original state. Once the contractor determines that all requirements of the SOW have been completed, the COR shall be contacted to perform the final inspection. The COR will determine if work is accomplished in accordance with this SOW. The COR will inform the contractor of any discrepancies found during the final inspection, or if work is satisfactory. Any discrepancies noted by the Government shall be corrected prior to final acceptance.
4. Please provide a statement that contains the following:
a) Capability of providing this service.
b) Small business size status of the company, include any small business socioeconomic contracting programs (i.e., 8(a), HUBZone, SDVOSB, or WOSB
programs) that your firm is registered under.
RESPONSE GUIDELINES:
Responses must specifically describe the contractor's capability as stated in item four to meet the requirements outlined in this RFI.
Companies who wish to respond to this RFI should send responses via email no later than 2:30 PM CST on 31 May, 2019 to [email protected] and [email protected].
QUESTIONS:
Questions regarding this announcement shall be submitted in writing by e-mail to [email protected] and [email protected]. The Government will not reimburse companies for any costs associated with the submissions of their responses.
DISCLAIMER:
This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this synopsis.
All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes.
All vendors must be currently registered in the System for Award Management (SAM) in order to be eligible for a contract award. That website is https://www.sam.gov.
Other information: When and if released, the solicitation will be posted to the Federal Business Opportunities web site (www.fbo.gov).