Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2007 FBO #1880
SOLICITATION NOTICE

49 -- Steam Cleaner Pressure Washer. Landa PGHW4-20824E or equivalent brand and model

Notice Date
1/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W911YPPRESSUREWASHER
 
Response Due
1/22/2007
 
Archive Date
3/23/2007
 
Small Business Set-Aside
Total Small Business
 
Description
OFFICE ADDRESS: USPFO for Utah, P. O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: Steam Cleaner Pressure Washer SOLICITATION NUMBER: W911YPPressureWasher QUOTE DUE DATE: 22 January 2007, 0900 EST POC: Otha Henderson, Contracting Officer, (801)523-4086 DESCRIPTION: This 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, quot es are hereby requested. A written solicitation will not be issued. The North American Industry Classification System (NAICS) Code will be 423910, size standard is 100 Employees. This is a 100% small business set-aside. SPECIFICATIONS: This solicitation is for Landa PGHW4-20824E Pressure Washer or equivalent brand and model. This is a hot water, high pressure washer capable of operating on fresh water and shall be fully automatic. The unit must be CGA, CSA, ETL or UL Cer tified and must conform to UL standard 1776 for pressure washers. The following specifications are required: 4.2 GPC discharge, 2000 PSI pressure, 10 HP Lombardini (or equivalent) diesel electric start engine, 2000 watt. Hoses shall be double steel braid a nd meet or exceed SAE100R2 and shall be equipped with swedge and safety protection collars rated at 4500 PSI at 275 degrees F. The trigger guns shall be an insulated safety shut off gun rated at 9.0 GPM, 3600 PSI and 320 degrees F. The wand shall be a 42 i nch angulated wand with built in variable pressure control and remote chemical control valve. The nozzles shall be 0, 15, 25 and 40 degree flat spray pattern and be constructed of through hardened 420 stainless steel with interlock coupler and the nipple s hall be made of annealed 303 stainless steel with 80 Rockwell hardness rating. All belts will be covered by safety machine cover. Unit shall have a high pressure pump rated at 3500 PSI and shall be equipped with a 140 degree thermal relief valve. The washe r shall be equipped with a flow actuated pressure unloader valve suitable for single gun operation rated for 3500 PSI and 6.6 GPM. The control panel shall include an hourmeter, Lexan operating instructions and safety information in English and Spanish atta ched by high strength adhesive, fuel gauge located on fuel tank, individual burner control switches, all controls are located in an enclosure for protection, water/steam pressure regulating valve, metered chemical valve and 115V 2 amp duplex receptacle. Th e connections shall be Foster quick coupler with stainless steel support balls and ethylene, polypropylene diene polymer o-rings. The burner assembly shall be a continuous heating coil type, diesel/kerosene fired (Type: Class 6421 01 - fuel burning equipme nt-oil). The forced air automatic ignition must have sufficient capacity to provide 150 degree F temperature increase. The burner shall be equipped with safety fuel solenoid and regulator for safety and fuel pressure adjustment and is to be powered by a 20 00 watt 17.5 amp generator. The burner shall be equipped with a replacement element type fuel filter/water separator with visual check and drain. The heating coil shall be a schedule 80 A53 cold formed duracoil with material thickness of .140 inches, overa ll length 110 ft, pipe dimension .854 OD ,welded to ASME standards and covered by a stainless steel innder wrap and insulated with fiberfrax ceramic fibers. The unit shall include a 4 wheel kit. Quantity: three (3). APPLICABLE PROVISIONS AND CLAUSES: (1) FAR 52.212-4, Contract Terms and Conditions--Commercial Items; (2) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders--Commercial Items, the following clauses are applicab le and incorporated by reference: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.225-3, Buy American Act; FAR 52.232-33 Payment by Electronic Funds T ransfer--Central Contractor Registration; FAR 52.232-36 Payment by Third Party; (4) DFAR 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; (5) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (6) FAR 52.212-1, Instructions to Offeror--Commercial Items; (h) Multiple Awards - delete in its entirety, the government plans to award a single contract resulting from this solicitation; (7) FAR 52.212-3, Offeror Representations and Certifications--Commercial Items; (8) DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items. EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors: (1) t echnical factors, to include past performance; (2) brand offered that meets the Government requirements; and (3) total cost and/or price. This request is for open market quotes; (4) quotes for units other than the Landa must include specifications or will be considered non-responsive. ADDITIONAL INFORMATION: To receive award, the offeror must provide proof of being registered in the Central Contractor Registration (CCR) database which can be accessed at web site http://www.ccr.gov or call CCR Assistance Center toll free at 1-888-227-24 23. Quotes are due NLT 0900 hours EST on 22 January 2007. Quotes may be mailed to: USPFO for Utah, Attention SGT Otha Henderson, 12953 South Minuteman Drive, P.O. Box 2000, Draper, UT 84020-2000 or e-mailed to otha.b.henderson@us.army.mil ; facsimiles wil l not be accepted. All quotes must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available) and ve ndors federal tax identification number. Quotes must be submitted with specifications/descriptive literature of equipment being offered or quote may be considered non-responsive. Questions may be e-mailed to the address above; no telephone calls will be accepted.
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
Country: US
 
Record
SN01212865-W 20070119/070117220946 (fbodaily.com)
 
Source
FedBizOpps 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.