Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2004 FBO #1000
SOLICITATION NOTICE

38 -- Track-Mounted Drill Rig

Notice Date
8/20/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation - PNRO 1150 N Curtis Rd, Ste 100 Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
04SQ107830
 
Archive Date
8/20/2005
 
Point of Contact
Sue Fraser Purchasing Agent 2083785103 sfraser@pn.usbr.gov;
 
E-Mail Address
Email your questions to 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 commercial items prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice. This announcement, for solicitation 04SQ107830, constitutes the only solicitation, proposals are requested, and a written solicitation will not be issued. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular #24. Contractors must be registered with Central Contractor Registration (www.ccr.gov) with a current registration to be considered for award. This is a small business set aside. The NAICS is 333132, the size standard is 500 employees. FOB Point: Bureau of Reclamation, 230 Collins Road, Building #7, Boise, ID 83702. A single fixed-price award will be made under simplified acquisition procedures to the offeror that provides the best value to the Government. Upon award, delivery will be coordinated with A.J. Mitchell, Technical Point of Contact, at 208-334-1190. The FAR provisions that apply to this acquisition are: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items. Evaluation factors are price (FOB destination), warranty, trade-in consideration (if any); delivery date; and past performance. Proposals are due September 17, 2004. Proposals shall include 1) price; 2) product literature and/or other documentation verifying proposed equipment complies with specifications; 3) proposed delivery schedule; 4) warranty information; 5) repair and parts availability statement; 6) completed copy of the representations and certifications; and 7) past performance. For past performance, provide names and telephone numbers of three contacts for other commercial or Government customers. Evaluation is subject to FAR Part 13. 52.212-3, Offeror Representations and Certifications-Commercial Items. 52.212-4, Contractor Terms and Conditions-Commercial Item. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.211-6, Brand Name or Equal. All provisions and clauses are available at http://www.arnet.gov/far. CLIN 001: Specification: Brand name or equal to CME-850X Track-mounted Drill Rig with a Cummins QSB 5.9L diesel engine. BASIC UNIT: One combination auger, core, rotary type boring and subsurface exploration drilling machine built into a specially designed high flotation track carrier. 33" wide tracks with walking beam suspension and solid rubber tires; dual hydrostatic transmissions with planetary wheel drives; 00 turning radius; parking brake; mechanically-driven drill head with torque converter; hydraulically-actuated folding upright drill frame; angle-hole capability with telescoping stabilizers; electronic throttle; dual auxiliary hydraulic systems; hydraulic vertical drive with two double acting hydraulic cylinders; mast - 26 ft from sheaves to the ground; in-out hydraulic slide base; sideways hydraulic slide base; three heavy-duty 36" stroke hydraulic leveling jacks; body fabrication with tool box, auger and rod racks; 15,000# hydraulic front carrier winch; certified roll-over protective structure (ROPS) for the driver shall be furnished that meets specification SAE J1040C; undercoating. OPTIONAL EQUIPMENT: 3.75" spindle; mast - underside sheave; cathead - 8' diameter, hydraulic; hoist - hydraulic 8,500 pound capacity, hydraulic brake release for 8,500 pound hoist, hydraulic - 3,200 pound capacity, hydraulic - 1,800 pound capacity, hydraulic for wireline core drilling (less cable); fluted Kelly and quick disconnect hydraulic chuck assembly (3-1/2" OD); water pump assembly, Moyno 3L8 with transmission, standpipe with hose to control panel, service tee with 1" bypass valve, discharge hose, 1.5" with 2 pair QD fittings; hydraulic rod holder and breakout wrench, adjustable height, clamp up to 4.5" OD pipe, NW jaws; second set of rod holder jaws, 4.5", HQ; 140 pound automatic SPT hammer, NWJ anvil; dual pipe vises with 4 hex sockets; open valve spool, detented, for auxiliary use with speed control valve, gauge and QD couplings; water tank, stainless steel, 140 gallon. TRAINING: The successful offeror shall provide two days of training to familiarize personnel with the operational and servicing procedures for the equipment. CLIN 002: One each, item for trade-in: CME-750, serial number 92648, manufacture date of 3/19/74. Proposals may be mailed to Bureau of Reclamation, Attn: Sue Fraser, 1150 N. Curtis Rd., Ste. 100, Boise, ID 83706-1234 or faxed to 208-378-5108. See Numbered Note #1.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142510&objId=27209)
 
Place of Performance
Address: Boise, ID
Zip Code: 83706
Country: USA
 
Record
SN00648626-W 20040822/040820212844 (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.