United States - W--Digger Derrick Lease
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 13 May 2019
- Opportunity publication date
- 26 April 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Apr 25, 2019 2:56 pm
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes and to determine whether to set-aside the requirement for small business concerns for the upcoming Request for Proposals (RFP) for: 47â Digger Derrick Lease at Marine Corps Base Camp Lejeune, NC.
Naval Facilities Engineering Command Mid-Atlantic is specifically seeking HUB Zone Small Businesses, 8(a) Small Businesses, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, Economically Disadvantaged Women Owned Small Businesses, or other Small Businesses with current relevant qualifications, experience, personnel, and capabilities to perform the proposed requirement.
The requirement is to lease a 47â Digger Derrick to include the following specifications:
Four wheel drive
Diesel fuel
Maximum lift capacity: 19,217 lb
Maximum Sheave Height: 49.6 ft
Maximum Horizontal Reach from Centerline of Rotation: 40.3 ft
Boom Articulation: -15 to 80 degree
Digging Radius Minimum: 18.7 ft
Digging Radius Maximum: 28.5 ft
Continuous Rotation with High Capacity Drive Gearbox
Outrigger Boom Interlock System
Hydraulic Extending Full Capacity Fiberglass Upper Boom
Operator Main Control Panel with Multi-Lever Controls
Emergency Stop Switch on Main Control Panel(s)
Five Function Hydraulic Overload Protection System
Boom Storage Protection System
Electronic Side Load Protection (E-SLP) with Load Sense
Fiberglass Boom Tip and Transferable Steel Flares for Pole Setting
Hydraulically Tilting Pole Guide With Pole Guide Interlock
Insulating per ANSI â46kV and belowâ Dielectric Rating
Painted White - Powder Coat Paint Process
Designed and Manufactured in Facilities Certified to ISO 9001
Turntable Winch (All Models) or Boom Tip Winch (D2/3000A Only)
Rear Mount (All Models), Behind Cab Mount (D2/3000A Only), or Corner Mount (D2000A Only)
Conformance to ANSI A10.31-2006.
Upper Controls
Mechanical Shift and Syncronized Two-Speed Diggers
Assists with Setting Screw Anchors
Fiberglass Jibs for Material and Personnel Handling
Traditional Control Seat
Joystick Controller for Three Basic Functions of Derrick
High Speed Winch
Front Bumper Winch
Pole Rack for pole transport
Engine Foot Throttle
Radio Remote Main Control Panel
Right-Hand or Left-Hand Digger Storage
Fall Protection System
Wheel Chocks
Outrigger Pads
All other terms and conditions will be included in the solicitation.
The Government intends to award a Firm Fixed Price contract with a base period of one year plus four (4) option years. The total term of the contract, including all options, will not exceed sixty (60) months.
The Contractor may be required to continue performance for an additional period up to six (6) months under the Option to Extend Services Clause. In either case, the Government will not synopsize the options when exercised.
The North American Industry Classification System (NAICS) Code for this procurement is 532490 and the annual size standard is $32.5 million.
Interested business concerns should, as early as possible but not later than 15 days of this notice, indicate interest in the acquisition by providing to the contracting office evidence of capability to perform and a positive statement of eligibility as a concern. Information on any subcontracts shall be included with the capability statement or the statement of interest will not be considered.
The capability statement shall include the following:
⢠Ability to meet all technical requirements outlined in this notice
⢠Active in the System for Award Management Registration (SAM) with:
o DUNS number
o CAGE code
⢠Representations as Small Business or other Small Business Concern Type
⢠Small Business classification for NAICS Code 532490
If adequate interest is not received from small business concerns, the solicitation will be issued as unrestricted without further notice.
Notifications of interest must be submitted in writing via email; phone calls will NOT be accepted. Interested parties should respond as soon as possible but no later than close of business 13 May 2019 by 5:00 pm EST.
Responses to this Sources Sought Notice should be emailed to the following address: clifton.gaither@navy.mil.
Offerors can view and/or download the solicitation and any attachments at https://www.neco.navy.mil/ or https://www.fbo.gov/ when it becomes available.
- Opportunity closing date
- 13 May 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Navy NAVFAC Mid-Atlantic, ROICC Camp Lejeune United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.