Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2005 FBO #1278
SOLICITATION NOTICE

39 -- 20012571 SKID STEER

Notice Date
5/25/2005
 
Notice Type
Solicitation Notice
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
HSBP1005R0426
 
Response Due
6/9/2005
 
Archive Date
6/24/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Homeland Security, Customs & Border Protection, Office of Border Patrol, Tucson Sector Headquarters is requesting a firm-fixed price for 1 each skid steer, JCB Robot Unit according to the criteria in the Statement of Work (SOW) below. 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 being requested and a written solicitation will not be issued. The solicitation number for this request for offers is RFQ: HSBP1005R0426. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. This requirement is solicited as a Small Business Set-aside. The North American Industrial Classification Systems (NAICS) code is 333120 with a size standard of 100. Place of delivery is Customs and Border Protection, Office of Border Patrol, 396 N. Camino Mercado, Casa Grande, AZ 85222. It shall be the Contractor?s responsibility to schedule for training, and to deliver item. Contractors are still required to identify their company?s business size even though unrestricted via their representations and certifications. The following provisions and clauses are incorporated by reference into this acquisition, full text is available at Federal Acquisition Regulation (FAR): http://www.arnet.gov/far/. Offerors are advised to submit quotes in accordance with these provisions and clauses: 52.252-2 Clauses incorporated by Reference. 52.202-1 Definitions. 52.203-5 Covenant Against Contingent Fees. 52.203-7 Anti-Kickback Procedures. 52.211-5 Material Requirements. 52.212-1 Instructions to Offerors?Commercial Items. 52.212-2 Evaluation?Commercial Items, as amended described below in Statement of Work (SOW). 52.212-3 Offeror Representations and Certifications?Commercial Items. 52.212-4 Contract Terms and Conditions-Commercial Items applies to this requirement. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.232-1 Payments. 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) 52.243-1 Changes?Fixed-Price. 52.244-6 Subcontracts for Commercial Items. 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003) (15 U.S.C. 644). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.225-1, Buy American Act?Supplies (June 2003) (41 U.S.C. 10a-10d). 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Jan 2005) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub.L. 108-77, 108-78, 108-286). (ii)Alternate 1 (Jan 2004) of 52.225-3. 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-29, Terms of Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(F)). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.252-1 Solicitation Provisions incorporated by Reference (Feb 1998). FOR A COMPLETE COPY OF THIS SOLICITATION BY EMAIL: Tracy.Kuiper@dhs.gov. Submission Solicitation: May 25, 2005; Receive RFQ?s: May 25 ? June 9, 2005 till 3PM EST; Solicitation Close: June 9th, 2005 @ 3PM. Awarded contractor will be notified upon review of offers received. Send offers to Attn: RFQ: HSBP1005R0426, Tracy Kuiper. Telephone contact: 520-670-6871 extension 2313, by Facsimile 520-883-0628. Preferred method of contact: E-mail: Tracy.Kuiper@dhs.gov. Statement of Work: Background: The U.S. Border Patrol Station located in Casa Grande, Arizona will purchase a skid-steer loader. Objective: This machine will be used as a forklift for loading and unloading heavy equipment on pavement and dirt surfaces. It will have multi-purpose abilities for minor road repair, spreading gravel, and other projects where the use of full size equipment would be precluded. This machine with the proper attachments would handle all these needs. Scope: The offer will provide a complete skid-steer loader with attachments and specifics detailed in the "Requirement" paragraph. The offer will include delivery to the Casa Grande Station and provide training in the equipment use and maintenance. Requirement: The machine shall be new and of the latest production model. The design and manufacturer of the equipment shall be suitable for the intended use of the machine. Materials and finish shall be of the type to resist wear and corrosion from normal use and natural elements. The machine shall meet or exceed the following specifications: 1.0 - LOADER SPECIFICATIONS: The intended machine offer shall have: 1.1 - A box fabricated steel single arm boom. 1.2 - An optional automatic self-leveling in raise only. 1.3 - An offset mounted tilt cylinder, to give excellent load visibility. 1.4 - An attachment rollback angle at ground level of not less than 30 degrees. 1.5 - A bucket dump angle at full height of not less than 40 degrees. 1.6 - One auxiliary hydraulic service as standard equipment. 1.7 - An electric over hydraulic switch that will allow motor driven attachments to be continuously operated without added assistance from the operator. 1.8 - A float option suitable for grading work. 1.9 - An SAE operating capacity of not less than 1,500 lb. 1.10 - A loader breakout force of not less than 3,200 lb. 1.11 - A bucket dump clearance of not less than 7 feet 6 inches. 1.12 - A loadover height of not less than 9 feet. 1.13 - A hingepin height of not less than 9 feet 6 inches. 1.14 - A tipping load of not less than 3,080 lb. 1.15 - A reach at full height - fully dumped of not less than 2 feet 6 inches. 2.0 - THE MAINFRAME: The intended machine offer shall have: 2.1 - A single low slung loader tower for visibility, made from oil impregnated steel which contains the fuel tank. 2.2 - A removable hydraulic tank and large fuel tank inspection plate (containing the filler neck) for easy cleaning. 2.3 - Hydraulic filler positioned under the lockable engine cover to reduce the risk of accidental or willful contamination. 3.0 - POWERTRAIN and DRIVELINE PERFORMANCE: The intended machine offer shall have: 3.1 - A net horsepower of not less than 47 at 2,800 RPM. 3.2 - A gross horsepower of not less than 50 at 2,800 RPM. 3.3 - New generation, section axial piston transmission pumps to greatly reduce "counter rotation" noise. 3.4 - Independent swash angle control for easy counter rotation. 3.5 - High efficiency drive motors. 3.6 - A mechanical "Fail-safe" parking brake, applied when operators restraint is raised, or operated by an optional manual override system. 3.7 - Drive chains that are pre-stretched fully enclosed and operate in a single continuous oil bath. 3.8 - A travel speed of not less than 6.9 MPH both forward and reverse. 3.9 - A 12 volt electrical system. 4.0 - HYDRAULICS: The intended machine offer shall have: 4.1 - Crankshaft driven gear pumps with not less than 15.9 GPM flow. 4.2 - Manual controls as standard equipment. 4.3 - Right-hand mounted control to operate right-hand drive. 4.4 - Auxiliary hydraulics operated by an electrical two-position switch. 4.5 - Left hand mounted control to operate left-hand drive. 4.6 - All loader functions operated by two foot pedals, left-hand foot pedal controls loader up and down, right-hand foot pedal controls bucket dump and crowd. 5.0 - OPERATOR'S AREA: The intended machine offer shall have: 5.1 - An operator's compartment that is accessible through a large side mounted door, which reduces/eliminates the risk of injury normally associated with skid steer machines. 5.2 - ROPS Certification meeting SAE J1040 and FOPS Certification meeting J231 specifications. 5.3 - A cab or canopy independently mounted to the chassis, for cost effective replacement in the event of damage, and for transportation purposes. 5.4 - A full cab option including heater, defroster and front windshield washer. 5.5 - An electrical system that meets IP 67 electrical standards minimizing water and dust ingress. 5.6 - An optional rear washer and wiper, to keep the large rear screen clear, to accentuate the machines overall visibility advantage. 6.0 - SERVICEABILITY: The intended machine offer shall have: 6.1 - A large drop down rear panel to provide convenient access to hydraulic and engine coolers for cleaning purposes. 6.2 - An easily removable seat base to provide ground level access to pumps, transmission and control valves. 6.3 - Ground level fuel and hydraulic fill. 6.4 - A common oil for the hydraulic system, final drive case and engine sump. 6.5 - Color-coded remote drain lines, for engine oil, coolant and hydraulic system, accessible through a removable inspection cover 6.6 - A lockable flip up engine cover to provide convenient access to all daily checks, engine oil level, fuel filter, coolant check, battery, hydraulic filler and filter. 7.0 - GENERAL SPECIFICATIONS: The intended machine offer shall have: 7.1 - A machine operating weight of not less than 5,532 lb. 7.2 - An overall height of not more than 6 feet 5 inches. 7.3 - A width over the tires of not more than 5 feet 3 inches. 7.4 - An overall length with standard bucket of not more than 10 feet 9 inches. 7.5 - A departure angle of not less than 28 degrees. 7.6 - A fuel tank capacity of not less than 21 U.S. gallons. 7.7 - A coolant system capacity of not less than 2.1 U.S. gallons. 7.8 - A standard hydraulic system of not less than 7.9 U.S. gallons including the tank. 7.9 - An engine oil capacity of not less than 2.2 U.S. gallon. 7.10 - Standard tires of 10 x 16.5 and a 6 ply rating. 8.0 - ATTACHMENTS: The intended machine offer shall have the following attachments included: 8.1 - A combination 6 in 1 bucket, not less than 66". Equally efficient at digging, loading, dozing, grabbing, back-filling and grading. 8.2 - A dirt general purpose bucket not less than 66". 8.3 - A pallet fork frame and back rest not less than 48". Evaluation Criteria FAR 52.212-2 Evaluation-Commercial Items as amended. The selected offer shall meet all the requirements as described above, the warranty, delivery schedule, training requirements, and will be the best overall value to the federal government. Warranty: The vendor must be able to provide local warranty and post warranty service. Local area is considered within 60 mile driving distance from Casa Grande, Arizona. Deliverables/Delivery Schedule: The vendor will be responsible for shipping the equipment to the Casa Grande Border Patrol Station 396 Camino Mercado Casa Grande, Az 85222. The complete ready to run skid-steer loader and attachments will be delivered within 30 days of the date of contract award. The vendor will ensure the equipment has all applicable warranties and other documentation (owner's manual etc.). Training: Training will be conducted at the Casa Grande Station located in Casa Grande, Arizona on the day of delivery. Three people of the Border Patrol's choice will be trained in the proper and safe operation of the equipment with all attachments. They will also receive training in the general and preventive maintenance of the equipment and attachments. The vendor will provide training materials so they can train others in the operation, care and maintenance of the equipment and attachments.
 
Place of Performance
Address: Customs & Border Protection, Casa Grande Border Patrol Station, 396 Camino Mercado, Casa Grande, Az 85222
Zip Code: 85222
Country: US
 
Record
SN00815023-W 20050527/050525211530 (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.