Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2003 FBO #0632
SOLICITATION NOTICE

38 -- High Speed Variable Hydrostatic Drive Tow-Behind Runway Sweeper

Notice Date
8/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
DABK41-03-R-0205
 
Response Due
8/28/2003
 
Archive Date
10/27/2003
 
Point of Contact
Julie Silva, 928-328-6259
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(julie.silva@yuma.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. The U.S. Army Yuma Proving Ground has a requirement to purchase a High Speed Variable Hydrostatic Drive Tow-Behind Runway Sweeper. The equipment is being procured in support of the U.S. Army C old Regions Test Center, Alaska. The Request for Proposal (RFP) number is DABK41-03-R-0205 and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2001-15 and Defense Federal Acquisition Regulation Supplement (DFARS), 1998 Edition, current to DCN 2003-0722. This acquisition is being solicited as a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 333120 and the small business size standard is 750 employees. The resultant contract will be firm-fixed price. It is anticipated that payment under this contract will be made via government VISA credit card. Offerors shall account for any costs associated with accepting credit card payment in their quote. Quotes are being soli cited for the following item: CLIN 0001-1 Each High Speed Variable Hydrostatic Drive Tow-Behind Runway Sweeper, Sweepster Model 2900, Brand Name or Equal. The manufacturer of the brand name runway sweeper is Sweepster Inc., 2800 N. Zeeb Road, Dexter, MI 48130-9499. All offerors proposing an equal item shall demonstrate that the proposed item meets or exceeds all of the following minimum salient characteristics of the brand name item being solicited. This sweeper shall be a heavy duty, welded steel frame d, tricycle configured, pintle tow behind, variable speed, hydrostatic drive, diesel engine powered unit. It must sweep snow from runways at speeds up to 40 mph and be controlled remotely by an electric control panel, (with a 45-ft. electric cable) from th e cab of the tow vehicle. The control panel shall include the following functions; engine start/stop, engine throttle control, variable brush speed, brush and air blast and brush lift and swing, air blast on-off, air deflector up/down and work light on/off . The broom hydraulic functions shall be powered by a minimum of a 6-gpm hydraulic pump. The broom brushes shall be made up of convoluted polypropylene brushes, with a diameter of 36 inches and a width of 18 feet. The brush shall be hydrostatically driven at speeds variable from 5-500 RPM; the brush frame will have anti-shimmy, load carrying casters mounted behind the brushes for stability; broom shall be capable of independent movement from the tow frame by means of a spherical bearing hitch. The brush cor e shall be driven by a hydrostatic motor at each end and split into two equal halves for balance and to ease brush replacement. The brush shall be covered by a minimum of 14 gauge adjustable metal hood, equipped with a black polyethylene cover to prevent t he accumulation of snow on the brushes. The broom shall angle 45 degrees left or right and be equipped with an adjustable snow deflector attached to the front of the brush hood. The brush pattern shall be adjustable by means of a positive stop, bolt handle type adjustment, accessible from the back of the sweeper head; electric limit switch type adjustment will not be acceptable. The air blast unit mounted on the back of the broom shall be power by the same diesel engine and driven by an independent closed loop, hydrostatic system. The blower unit shall be sized at 10,000 CFM with a single inlet and dual directional outlet nozzles. The nozzle air speed of the blower unit shall be able to maintain 350 mph during heavy operations. The air blast nozzle ducts sh all be mounted one on each side of the sweeper unit and will automatically change angles when the brush angle is changed. This procedure allows one nozzle to di rect air to the leading edge of the broom and the other directing air towards the broom's trailing edge, thus dissipating snow windrows. High torque low speed hydraulic actuators shall be used to control baffle plates that control these nozzles; this elimi nates the use of cables and linkage rods. This unit shall be powered by a minimum of a 300 horse power (at 2200 RPM) factory rated, liquid cooled, diesel engine, The engine, cooling system, hydraulics, batteries and charging system need to be enclosed in a vented metal shroud with hinged access panels, this will prevent snow and debris from collecting on these components as well as retaining engine heat while operating in the cold weather. This sweeper will be operated in severe cold weather during winter testing at a remote test facility, it must be a manufacturers standard commercial product and have a factory authorized dealer located within a 100 mile radius of the test site. Since this will be the only runway sweeper CRTC will have, it is of the utmos t importance that the one-year warranty included in the cost of the unit be quick and responsive. Even after warranty is up, parts, brushes and services must be readily available, since operation is mission essential. Award will be made to the low priced offeror whose proposed product meets or exceeds the minimum Salient Characteristics provided within this notice. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors??????Commercia l Items (Jul 2003); FAR 52.212-3, Offeror Representations and Certifications??????Commercial Items (Jun 2003) with Alt I (Apr 2002), all offerors shall include with their offer a completed copy of FAR 52.212-3, Alt I. Copies of FAR 52.212-3, Alt I are ava ilable upon request from the Contracting Officer. They may also be obtained on the web at http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. FAR 52.212-4, Contract Terms and Conditions??????Commercial Items (Feb 2002); FAR 52.2 12-5, Contract Terms and Conditions required to Implement Statutes or Executive Order??????Commercial Items (June 2003); specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are: FAR 52.203-6 Alt I Restrictions on Subcontractor Sa les to the Government (Oct 1995); FAR 52.219-6, Notice of Total Small Business Set Aside (June 2003) with Alt I (Oct 1995); FAR 52.219-8 Utilization of Small Business Concerns (Oct 2000); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor??????Cooperation with Authorities and Remedies (Sep 2002); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Equal Opportunity fo r Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vie tnam Era and Other Eligible Veterans (Dec 2001); FAR 52.232-33, Payment by Electronic Funds Transfer??????Central Contractor Registration (May 1999); FAR 52.232-36, Payment by Third Party (May 1999). The following DFARS provision applies to this acquisiti on: FAR 252.212-7000 Offerors Representations and Certifications??????Commercial Items (Nov 1995). Copies of DFAR 252.212-7000 are available upon request from the Contracting Officer. They may also be obtained on the world-wide-web at the following web a ddress: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/dfars/dfars252_000.htm. A completed copy of DFARS 252.212-7000 shall be included with all offers. The following DFARS clause applies to this acquisition: DFAR 252.212-7001 Contract Ter ms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2003). Specific clauses cited in DFAR 52.212-7001 that are applicable to this acquisition are: FAR 52.203-3 Gratuities (Apr 1984); DFARS 252.225-7036 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (Apr 2003); DFARS 252.243-7002, Requ ests for Equitable Adjustment (Mar 1998); DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002) and DFARS 252.247-7024, Notification of Transportation of Supplies By Sea (Mar 2000). An addendum is incorporated into the solicitation to include F AR and DFARS clauses as follows: FAR 52.247-34 F.O.B. Destination (Nov 1991); FAR 52.211-6 Brand Name or Equal (Aug 1999) and DFAR 252.204-7004 Required Central Contractor Registration (Nov 2001). Any technical questions concerning this requirement shall be e-mailed to Julie.Silva@yuma.army.mil on or before COB 25 August 2003. All offers being submitted via U.S. Postal Service shall be addressed to the U.S. Army Yuma Proving Ground, SFCA-SR-YM (Julie Silva), 301 C. Street, Yuma, AZ 85365-9498. Offers bei ng submitted via any other carrier (i.e. FedEx or UPS) shall be addressed to the U.S. Army Contracting Agency (ACA), Yuma Directorate of Contracting, SFCA-SR-YM (Julie Silva), Building 2100, Room 8, Yuma, Arizona, 85365-9106. Offers may also be submitted via facsimile to 928-328-6849 or E-mail to Julie.Silva@yuma.army.mil. E-mail submission is preferred. All offers must be received in the Contracting Office no later than 9:00 A.M. MST, August 28, 2003, regardless of method of submission. As a minimum, o fferors shall include with their signed proposal the following information: (1) RFP number, (2) company name and address, (3) point of contact with telephone and facsimile numbers and e-mail address, (4) a completed copy of both FAR 52.212-3 Representation s and Certifications Alt I and DFARS 252.212-7000 Offerors Representations and Certifications??????Commercial Items, (5) price (both unit price and total price) to include any applicable freight, (6) proposed delivery schedule, (7) sufficient technical lit erature and description to enable the Government to evaluate conformance with the technical requirements, and (8) a statement indicating that Government VISA credit card will be accepted as the method of payment. Offers that fail to furnish required repre sentations or reject the terms and conditions of this solicitation may be excluded from consideration. If you plan on participating in this acquisition, you are required to provide your name, address, phone number and e-mail address to Julie.Silva@yuma.ar my.mil for notification of any amendments. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00408878-W 20030823/030821213847 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.