Kentucky Bids > Bid Detail

Articulating Non-Overcenter Aerial Device

Agency:
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Opps ID: NBD00159289398831561
Posted Date: Dec 29, 2023
Due Date: Jan 3, 2024
Source: https://sam.gov/opp/93000e330e...
Follow
Articulating Non-Overcenter Aerial Device
Active
Contract Opportunity
Notice ID
PANMCC-24-P-000002587
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT CAMPBELL
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Dec 29, 2023 01:02 pm CST
  • Original Published Date: Dec 29, 2023 11:17 am CST
  • Updated Response Date: Jan 03, 2024 12:00 pm CST
  • Original Response Date: Jan 03, 2024 12:00 pm CST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jan 18, 2024
  • Original Inactive Date: Jan 04, 2024
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 3950 - WINCHES, HOISTS, CRANES, AND DERRICKS
  • NAICS Code:
    • 333923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
  • Place of Performance:
    Fort Campbell , KY 42223
    USA
Description View Changes

SOURCES SOUGHT NOTICE





THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for an Articulating Non-Overcenter Aerial Device on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought notice. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.





The proposed sole source requirement will result in a firm-fixed-price contract for an Articulating Non-Overcenter Aerial Device. The statutory authority for the sole source procurement is FAR 13.106-1(b)(1): For purchases not exceeding the simplified acquisition threshold (SAT), only one source reasonably available, urgency, exclusive licensing agreements, brand name, or industrial mobilization. Attached is the draft Performance Work Statement (PWS).





This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.



The NAICS code is: 333923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing



_________________________________________



In response to this sources sought notice, please:





1. Identify any condition or action that may unnecessarily restrict competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Alternate Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.





2. Provide name of the firm, point of contact, phone number, email address, Unique Entity Identifier (UEI), CAGE code, identify business size (large business or a small business under NAICS 333923), and (if applicable) a statement regarding small business status (including small business type(s)/certifications(s) such as 8(a), HUBZone, SDVOSB, WOSB, etc.





3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.





4. Provide information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.





5. Information to help determine if the item is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.





6. Identify how the Army can best structure this contract requirement to facilitate competition, including competition amongst small business concerns.





7. Recommendations to improve the Army's approach/specifications to acquiring the identified item.





_________________________________________



ARTICULATING NON-OVERCENTER ARTICULATING DEVICE



TECHNICAL REQUIREMENTS:





Chassis and Other Options




  • Freightliner M2-106 or like

  • Allison Automatic Transmission or like

  • AWD Drivetrain: 6x4

  • Trailer Brake Controller

  • Hydraulic Hourmeter

  • Rubber Wheel Chocks

  • 3-Point Grounding System

  • Painted One Solid Color, White

  • 12VDC to 120VAC 3600W, 30 AMP Inverter

  • Engine Start/Stop





Aerial Features and Options




  • Ground to Bottom of Platform - minimum 55'

  • Working Height - minimum 60 '

  • Maximum Reach from Centerline of Rotation - minimum 43'

  • Stowed Travel Height - 11' (approximate)

  • Platform Capacity - minimum 700 lbs.

  • 180° Rotator, End Hung, Personnel Only Platform

  • Single, two-man platform

  • Upper Boom Articulation – 0 to (minimum) 170 degrees

  • Lower Boom Articulation - 0 to (minimum) 120 degrees

  • Continuous Rotation

  • Lower Boom Non-Overstow Protection System

  • "Category C, 46kV and Below" ANSI Dielectric Rating

  • Hydraulic Platform Tilt

  • Single Handle Control System

  • Lower Control Station with Override of Upper Controls

  • Two (2) Sets of Hydraulic Tool Circuits at Boom Tip

  • Platform Cover

  • Platform Liner

  • Steel Boom Components to be powder coated White (Inside and Out) for Corrosion Resistance

  • Fiberglass Components of Boom to be gel coated White

  • Jib adapter

  • Phase Lifting Jib Attachment





Safety Features




  • Four (4) Sets of Outriggers

  • Outrigger Boom Interlock System

  • Outrigger Pads and Holders

  • Strobe Light

  • Back Up and Outrigger Motion Alarm

  • Bucket Scuff pad

  • Emergency Equipment, Fire Extinguisher





Line Body Features




  • Full Line Body with Side Access

  • Security Door locks

  • Non-Skid Coating Applied to Walking Surfaces

  • Tailshelf w/ Cable Steps at Rear

  • T-125 Style Pintle Hitch (minimum 30,000 LB MGTW with minimum 6,000 LB MVL)

  • Minimum 7-Way Trailer Receptacle

  • Glad Hand Connectors

  • Splash Aprons

  • Front and Rear Frame or Under Body Mounted Components To Be Painted Black

  • Apply Additional Undercoating from behind the chassis cab to the rear of truck





Warranty




  • Minimum 1 Year Parts and Labor on Aerial

  • Lifetime Structural Warranty on Aerial





Additional Items




  • Hard copy Owner’s Manual

  • Digital copy Owner’s Manual

  • Digital copy of Warranty Documents


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • MICC FORT CAMPBELL 6923 38TH AND DESERT STORM AVE
  • FORT CAMPBELL , KY 42223-5358
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >