SOLICITATION NOTICE
35 -- Rubber Tire Road Surfacing Compactor, Salem District, Oregon
- Notice Date
- 8/4/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- BLM OREGON STATE OFFICE PO BOX 2965 PORTLAND OR 97208
- ZIP Code
- 80225
- Solicitation Number
- HAQ032042
- Response Due
- 8/25/2003
- Archive Date
- 8/3/2004
- Point of Contact
- Mary Bretz Office Assistant 5038086359 OR952mb@blm.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS SOLICITATION for a commercial item prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Request for Quotation HAQ032042 incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-14. See Numbered Note(s): 1. The North American Industry Classification System (NAICS) code is 333120, with a small business size standard of 750 employees. This is a firm-fixed price contract for the Bureau of Land Management, Salem District, Oregon. This solicitation has one line item with quantities as follows: Item 1 - Rubber Tired Road Surface Compactor (includes delivery and installation) 2 each. Award will be on an all-or-none basis. EVALUATION FOR AWARD: Award will be made to the responsible firm whose quote is most advantageous to the Government, price and past performance considered. TECHNICAL SPECIFICATIONS: The compactor shall meet the following requirements: 1) Be fully compatible with John Deere 770-C motor grader hydraulics and electrical systems; 2) Be attachable to motor grader rear mounted toolbar. The attachment method shall provide a positive connection allowing the compactor to follow directly behind the motor grader. The attachment shall allow the compactor to be elevated above ground for travel, by the use of the toolbar lifting mechanism; 3) Hydraulic lines required to be disconnected to demount compactor from grader shall be made using quick connect devices. These connections shall be required to allow the ease of field mounting and demounting of the compactor to the motor grader; 4) Electrical lines required to be disconnected to demount compactor from grader shall be made using a positive locking detachable plug, which is moisture resistant. These connections shall be required to allow the ease of field mounting and demounting of the compactor to the motor grader; 5) Extend no farther than five feet six inches beyond the rear edge of the toolbar. The overall width of the compactor shall not exceed eight feet six inches. The total combined weight of the compactor and its mounting hardware shall not exceed 3,500 pounds; 6) Apply a preset compaction force, uniformly over the entire surface area. The device shall be designed such as to allow front to rear and side-to-side oscillation to enable the device to maintain the preset force as the unit travels over positive or negative vertical curves or other objects. The amount of hydraulic down force shall be easily adjustable and variable from zero to 1,500 psig by the operator. A gage shall be provided to determine the hydraulic pressure applied for down force. Activation and deactivation of the hydraulic down force shall be controlled from the operator's station within the cab; 7) Consist of a minimum of two rows of compaction wheels. The rows shall be aligned such that they overlap and provide complete compaction of an overall width equal to the measurement from outside to outside of the motor grader wheel track which is 96 inches. The wheels shall be constructed of steel and rated for industrial usage. Tires shall be 18 X9.50 - 8NHS smooth surface. Each tire shall be filled with 50 pounds of medium density foam. Wheels shall be mounted to the wheel swivel leg by a spindle of 1144 Stress Proof steel with a minimum diameter of 1.75 inches. Wheel bearings shall be a minimum of 3,500 pound rating and shall be industrial type and commercially available. The wheel leg swivels shall be attached to the main body with industrial bearings mounted on 1144 Stress Proof spindles having a minimum diameter of two inches. Each row of wheels shall be connected by a tie rod system, which assures all wheels in that row to swivel in unison. Connection points to tie rod shall be with hardened pins and bushings; 8) All bearings, bushings, and spindles shall be fitted with lubrication devices, which are easily accessed for operator service and maintenance; 9) Spray/mud guard shall be attached to the rear of the compactor to prevent road material from being displaced onto the compactor; 10) All manufactured surfaces shall be cleaned, primed, and painted to prevent the formation of rust. Finish coat of paint shall be the manufacturer's standard finish; 11) Provide a printed operator's manual and a printed parts manual for each device purchased and delivered; 12) Provide on-site training in set-up, operation and maintenance at the time of delivery. WARRANTY: A minimum one year warranty on all parts, materials, and labor shall be provided. Tires will be the only allowed exception from this warranty, but only if a written copy of the tire manufacturers' standard warranty is provided upon delivery. DELIVERY AND ACCEPTANCE: Compactor shall be delivered and installed within 60 calendars days from date of award at a government owned shop facility located within a 60 mile radius of Salem, Oregon. This facility shall be designated by the Government prior to delivery. Inspection will be visual and acceptance will be made upon the Government's determination the requirements of these specifications have been met. APPLICABLE FAR CLAUSES AND OTHER PROVISIONS: The following FAR provisions apply to this RFQ and are incorporated by reference: 52.204-6 Contractor Identification Number -- Data Universal Numbering System (DUNS) Number; 52.212-1 Instruction to Offerors - Commercial Items; 52.212-2 Evaluation - Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items (Note: offerors must include a copy of the provisions at 52.212-3 with quote -- this can be obtained at http://www.arnet.gov/far); 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions. Required to Implement Statutes or Executive Orders - Commercial Items Alternate II (including 52.203-6, 52.2l9-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, and 52.225-3); 52.219-6 and 52.232-33. Offerors shall submit signed and dated quotes for Item 1 either on a SF1449 or letterhead stationery. Quotes shall be sent to Bureau of Land Management, Branch of Procurement (OR952), 333 S.W. First Avenue, 4th Floor, Portland, OR, 97204 COB (4:15 p.m. local time) on or before August 25, 2003. FAX quotes will be accepted at 503-808-6312. For questions contact Mary Bretz @ 503-808-6210.
- Web Link
-
Please click here to view more details.
(http://www.eps.gov/spg/DOI/BLM/NBC/HAQ032042/listing.html)
- Place of Performance
- Address: Salem District, Oregon
- Zip Code: 97306
- Country: USA
- Zip Code: 97306
- Record
- SN00392028-F 20030806/030804223135 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |