The purpose of this sources sought notice is to conduct market research and identify potential sources of commercial products/services that satisfy the Government’s anticipated needs.
Requirements:
The Contractor shall provide a product that meets all technical specifications identified below.
The contractor shall furnish all labor, materials, services, equipment, facilities, etc., to assemble, test, inspect, pack, mark, and deliver a quantity of two (2) new replacement lattice boom crawler cranes in accordance with the specifications listed below:
ITEM DESCRIPTION UNIT QTY
001 135 ft Lattice Boom Crawler Crane with Duty Cycle Capabilities Each 1
002 115 ft Lattice Boom Crawler Crane with Duty Cycle Capabilities Each 1
Additional Specifications for Items 001 and 002.
- Diesel exhaust fluid (DEF) electric refueling pump to comply with EPA requirements
- Crane to be painted with marine rated paint
- Wind speed indicator to be included
- Operations Safety Package to be included
- Operator cabin to include air-conditioner
- One week of training to be included
- 24 month or 4000 working hour warranty
ITEM 001 - 135 FT LATTICE BOOM CRAWLER CRANE WITH DUTY CYCLE CAPABILITIES
Floating Service Lift Capacities – 135 ft Boom/No Travel/360 Degree Rating
- Minimum 31,600 lbs lifting capacity at a 70 ft radius
- 75,600 lbs counterweight
Safe Working Grab Operation – 125 ft Boom/No Travel/360 Degree Rating
- Minimum 25,300 lbs lifting capacity at a 70 ft radius
- 75,600 lbs counterweight
Safe Working Dragline Operation – 115 ft Boom/No Travel/360 Degree Rating
- Minimum 23,800 lbs lifting capacity at a 74.8 ft radius
- 75,600 lbs counterweight
Track Dimensions
- Maximum span between track centerlines is 15.66 ft
- Minimum track width is 2.66 ft
Operating Weight
- Not to exceed 260,000 lbs
Attachments
- Hook block: 88 ton, 2 sheaves
Swing Rating
- 360 degrees fully revolving
Self-assembly Counterweight System
- 75,600 lbs with 5.7 ton additional
Crawler Counterweight
Engine
- Must meet EPA standard Stage V / Tier 4F for emissions
Fall Protection
- Main boom walkway boom foot
- Main boom walkway 20 ft
- Main boom walkway boom head
ITEM 2 - 115 FT LATTICE BOOM CRAWLER CRANE WITH DUTY CYCLE CAPABILITIES
Lifting Operation – 115 ft Boom/No Travel/360 Degree Rating
- Minimum 20,500 lbs lifting capacity at a 70 ft radius
- 58,000 lbs counterweight
Safe Working Grab Operation – 105 ft Boom/No Travel/360 Degree Rating
- Minimum 17,600 lbs lifting capacity at a 70 ft radius
- 58,000 lbs counterweight
Safe Working Dragline Operation – 95 ft Boom/No Travel/360 Degree Rating
- Minimum 17,600 lbs lifting capacity at a 73.8 ft radius
- 58,000 lbs counterweight
Track Dimensions
- Maximum span between track centerlines is 13.5 ft
- Minimum track width is 2.58 ft
Operating Weight
- Not to exceed 200,000 lbs
Attachments
- Hook block: 220,462 lbs, 2 sheaves
- Ball hooks: suitable rating for load capacity
Swing Rating
- 360 degrees fully revolving
Self-assembly Counterweight System
Engine
- Must meet EPA standard Stage V / Tier 4F for emissions
HOW TO RESPOND TO THIS NOTICE
In responding to this notice, please DO NOT PROVIDE PROPRIETARY INFORMATION. Please include only the following information, readable in either Microsoft Word 365, Microsoft Excel 365, or .pdf format, in the response: Submit the response by email to the Primary Point of Contact and, if specified, to the Secondary Point of Contact listed in this notice as soon as possible, and preferably before the closing date and time of this notice. Please note that to be considered for award under any official solicitation, the entity must be registered and “active” in SAM at the time of solicitation response.
- Provide the complete name of your company, address, name of contact for follow-up questions, their email, their phone number and, if your company has an active registration in https://sam.gov, your company’s Unique Entity ID (UEI).
- Identify the product that your company sells that can meet the objectives addressed in the BACKGROUND section of this notice. For each product recommended to meet the Government’s requirement, provide the following:
- Manufacturer name
- If your company is not the manufacturer, provide information on your company’s status as an authorized reseller of the product(s)
- State whether the proposed product is manufactured in the United States and, if not, state the name of the country where the product is manufactured.
- Identify any plans/possibilities for changes in manufacturing location of the aforementioned product and provide relevant details, including timeline.
- For the NAICS code listed in this notice:
-
- Indicate whether your company is (a) a small business or (b) other than small business. See the Table of Small Business Size Standards and the associated .pdf download file for small business size standards and additional information.
-
- If you believe the NAICS code listed in this notice is not the best NAICS code for the type of product addressed in this notice, identify an alternative NAICS code that you believe would be more appropriate for the planned procurement.
- Describe standard terms and conditions of sale offered by your company for the recommended products such as: delivery time after your company accepts the order; FOB shipping terms; manufacturer warranty (including details regarding nature and duration).; if available, description(s) of available extended warranty; product setup and test; operator and service instruction manual(s); cleanup after installation; and if applicable, other offered services. Provide a copy of manufacturer standard terms and conditions that typically relate to the sale of the specified product, if available.
- State published price, discount, or rebate arrangements for recommended products and/or provide link to access company’s published prices for product and services.
QUESTIONS REGARDING THIS NOTICE
Questions regarding this notice may be submitted via email to the Primary Point of Contact and the Secondary Point of Contact listed in this notice. Questions should be submitted so that they are received by February 13, 2025, 11:00 p.m. CST. If the Contracting Officer determines that providing a written amendment to this notice to document question(s) received would benefit other potential respondents, the questions would be anonymized, and a written response to such question(s) would be provided via an amendment to this notice.
IMPORTANT NOTES
This notice is for market research purposes and should not be construed as a commitment by NIST to issue a solicitation or ultimately award a contract. There is no solicitation available at this time.
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response.
Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s capability.
Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.
After a review of the responses received, a synopsis and solicitation may be published on GSA’s eBuy or SAM.gov. However, responses to this notice will not be considered an adequate response to any such solicitation(s).
The responses shall not exceed 3 pages including all attachments, charts, etc.
Thank you for taking the time to submit a response to this request!