The RFP Database
New business relationships start here

Precision Armaments Laboratory (PAL) Tower Hoist Systems


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Sources Sought Announcement
Precision Armaments Laboratory (PAL) Tower Hoist Systems

The U.S. Army Contracting Command - New Jersey (ACC-NJ) Picatinny Division is seeking sources (contractors/vendors) on behalf of the Army Research, Development, and Engineering Center (ARDEC) Precision Armaments Laboratory (PAL) for a facility modernization and upgrades to its' outside hoist systems (elevators). The intent of this sources sought research is to identify potential commercial industry companies specializing and having experience in this field. The appropriate North American Industry Classification System (NAICS) identifiers include: NAICS 333921 - Elevator and Moving Stairway Manufacturing.

The PAL facility is a tower and base building located at Picatinny Arsenal, New Jersey 07806-5000. It is referred to as the building 44 complex atop a medium hill at our installation. The tower has two (2) rack and pinion hoist lifts which are type USA Hoist - 7500 - DR Rack & Pinion lifts. USA HOIST Company, Inc., 1000 Sak Drive, Crest Hill, Illinois, was the original equipment manufacturer (OEM) and the installation sub-contractor for these original systems.

The PAL charter is to support ARDEC host organizations and ongoing projects critical to Army missions. The continuous operation of these hoist systems in all weather and seasonal conditions has always been an important capability. Over the years the operational reliability has degraded to the point that a permanent cessation was mandated. Most of the root causes are attributable to technical component and sub-system failures and obsolescence.

The decision has been made at ARDEC to upgrade and modernize the PAL tower hoist systems with current commercial standards and technologies, sometimes referred to as commercial-off-the shelf (COTS) solutions. The following risk areas were identified for attention and need of upgrade/replacement/modernization, etc. - Electrical Control System Upgrades, Mechanical Drive System Upgrades, Lift Structural Upgrades, Carriage Upgrades, Software/Firmware Upgrades, and Updated Safety Certifications/Tests. It is not the intent to modify the tower or hoist rack structures, unless safety design options considered warrant such actions.

Each hoist system for discussion purposes consists of these sub-systems - the hoist tower(s) and rack(s), hallway and floor signaling and calling network, car(s) or hoist(s), base control cabinet(s), and power supply and distribution cabinet(s). The government does not want to replace the existing hoist cars at this time, but changes to car parts and sub-systems are encouraged if safety, operational utility, and performance reliability are achieved. Safety is a primary concern from historical experience of the single shaft lifting/lowering sub-system on the current design. Safety is a critical area where mechanical and/or structural changes will be allowed for recommended engineering changes. The government is not implying removal of the current single shaft structure if additional safety designs can be incorporated, but the contractors are free to consider other architectures to replace the current single shaft sub-system.

It is mission essential that these systems be made operational at the earliest date possible. All questions and/ or interested parties that wish to conduct a site visit of the PAL tower complex at building 44 shall be requested through contracting. All communication with prospective vendors shall be proprietary. Any email or written communication and/or discussions or meetings shall be submitted to contracting. All communication shall stop at the close of the sources sought deadline period.

If any information is sought from the government by any vendor, that information will be provided to all through protocols established by the contracting officer.
Sources interested in proposing potential solutions shall submit a Capabilities Statement not to exceed 15 pages in length. Contractor format is acceptable. Capabilities Statement shall include:

1. Description of company capabilities, staff engineering and technical experience, summary history of contracts for similar modernization and/or construction efforts (to include size and complexity), and schedules with costs. The Capabilities Statement shall also include a preliminary engineering and technical description of concepts and changes envisioned for the PAL modernization, a potential schedule, maintenance plan options, and estimated rough order of magnitude (ROM) total cost. This information will help the Government form its acquisition strategy.

2. Contractor points of contact (POCs) with email and phone number for further joint inquiry should more information be desired. Name and address of firm, and Central Contractor Registration CAGE (Commercial and Government) Code. This effort is considered unclassified so no security clearance is required. However, there may be local security requirements that will be coordinated jointly.

3. Statement as to whether or not your company is considered a small or large business. Please also indicate any socioeconomic classification under 8a - Small Disadvantaged Business (SDB), Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, and others that apply.
This Sources Sought is for informational purposes only. It is not a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings. The Government will not reimburse interested sources or respondents to notice, for any costs incurred in association with this announcement or for subsequent exchanges of information. Proprietary information submitted in response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary.

Firms/companies are invited to indicate their interests and capabilities by providing specifications, brochures, manuals, reports, information pertaining to experience on previous projects, specific work previously performed or being performed, any in-house research and development effort, and any other specific and pertinent information as pertains to this particular area of procurement. All information is to be submitted via email (10MB limit) at no cost or obligation to the Government; information provided will not be returned. Responses shall also indicate the size of the business entity; large or small and provide your DUNS and CAGE Code. Please provide the name of your firm, address, POC, phone/fax number and email address. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.


The Government will accept written questions by email. Interested firms/companies are encouraged to submit their capabilities/qualification data NO LATER THAN 26 May, 2017. Submittals and questions should be directed to the following point of contact: US Army Contracting Command - New Jersey, Attn. Paul E. Batrony, ACC-NJ-JA, Bldg. 9, Picatinny Arsenal, NJ 07806-5000, e-mail paul.e.batrony.civ@mail.mil. This notice does not constitute a formal Request for Proposal (RFP), nor is the government obligated to issue an RFP. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey.


 


Paul E. Batrony, Phone 9737247581, Email paul.e.batrony.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP