Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
SOLICITATION NOTICE

25 -- TYMCO MODEL 600 SWEEPERS OR EQUAL

Notice Date
9/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC AMIC/PK, 11817 Canon Blvd, Newport News, VA, 23606-4516, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2QF087219A001
 
Response Due
9/19/2007
 
Archive Date
10/4/2007
 
Point of Contact
Mark Garrette, Contract Manager, Phone 757-225-7706, Fax 757-225-7765, - Mark Garrette, Contract Manager, Phone 757-225-7706, Fax 757-225-7765,
 
E-Mail Address
mark.garrette@langley.af.mil, mark.garrette@langley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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. This combined synopsis/solicitation serves as a request for quote (RFQ). The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-11. This is a total small business set-aside. All responsible sources may submit a quotation which shall be considered. The Acquisition Management and Integration Center, Langley AFB, VA requires eleven (11) Tymco Model 600 regenerative air sweepers or equal. This will be a one year lease with the option to buy with the optional purchase amount of $1,000 per sweeper. A one-time lease payment shall be made within 30 days after acceptance of the order to include the costs of equipment, interest (on the $11,000 residual amount), and delivery. Delivery shall be FOB destination to the following locations: 2 each Barksdale AFB LA, 1 each Dyess AFB TX, 1 each Langley AFB VA, 1 each Minot AFB ND, 1 each Nellis AFB NV, 3 each Offutt AFB NE, 1 each Seymour-Johnson AFB NC, 1 each Shaw AFB SC. The anticipated delivery date is on or around1 March 2008. The contractor shall provide the requirement as identified in the specifications as posted. See attachment. Equipment parts shall be compatible/interchangeable with Tymco Model 600 parts. In addition to the standard specifications in the attached document, the following equipment shall be provided: -Auto Sweep Interrupt (ASI) shall be furnished. It is an electronic circuit that is designed to accomplish the following sequence of operations when the transmission gear selector is, placed into reverse with the ASI set in the Auto mode. I) The auxiliary engine is idled. 2) The water system is turned OFF. 3) The gutter broom is stopped and raised. 4) The pick-up head is raised; -Auxiliary Hand Hose Hydraulic Boom Assist: Power to raise/Lower boom with hand held pendant control (includes auxiliary hydraulic system, heavy duty hose and serrated ring), requires 8? auxiliary band hose; -Auxiliary hydraulic system shall be furnished to electrically operate the hydraulic system without auxiliary engine running. [Standard with Auxiliary Hand Hose Hydraulic Boom Assist]; -Dump Switch in Cab is located on the control panel to activate dump operation from inside cab; -Front tow hooks shall be front bumper mounted; -Gutter broom tilt adjuster with in cab controls shall be furnished for the left hand and right hand side; -High output water system shall be furnished with additional nozzles and deflectors strategically located to control extreme dust; -Hopper deluge system with high volume nozzles which attach to a fire hydrant to flush the hopper shall be furnished and shall include quick disconnect fittings on nozzle and filler hose; -Magnet Assembly - Standard Duty, Electrically, Mechanically Controlled: A permanent type magnet having a minimum length of 84? shall be mounted forward and parallel to the front axle of vehicle. The height of the magnet shall be adjustable in the range of 2? to 10? above ground. Provision shall be made for raising magnet electrically to a traveling position with ground clearance of 20? minimum. Minimum strength of the magnet shall be as follows: (1) 1? ground clearance 530 gauss magnetic strength, (2) 2? ground clearance 300 gauss magnetic strength and (3) 4? ground clearance 100 gauss magnetic strength. The magnetic assembly shall have means for releasing or dumping debris from magnet All controls for magnet assembly shall be located in the operator?s cab with the exception of the dump which is located at the magnet The magnetic assembly shall be mounted such that mount or dismount of assembly shall require not more than two man hours with the use of a lifting device and common hand tools; -Slow moving vehicle emblem, reflective triangular emblem, shall be rear mounted; -Spare tire and wheel to match tires and wheels on truck shall be furnished. The chassis shall be an IH 4300 with export engine DT 466. The engine shall run on ultra low sulfur fuel as well as JP8. Additionally, the engine shall also be an ?export? model that can be used in countries that do not require the use of ultra low sulfur fuels. This is a competitive best-value acquisition in which technical specifications (pass/fail) and price will be evaluated. The requirement will be awarded to the lowest priced technically acceptable offeror. All documents associated with this projected requirement will be posted on the FedBizOps website, www.fbo.gov. Please submit your responses by noon EST 19 September 07. The POC for this procurement is Lt Mark Garrette, e-mail: mark.garrette@langley.af.mil. The alternate POC for this acquisition is MSgt. Arlene Davis, e-mail: arlene.davis@langley.af.mil. Provisions and Incorporated Clauses a. 52.212-1 Instructions to Offerors ? Commercial b. 52.212-2 Evaluation ? Commercial Items c. 52.212-3 Offeror Representations and Certifications. Please include a completed form or complete at https://orca.bpn.gov/ d. 52.212-4 Contract Terms and Conditions ? Commercial Items e. 52.247-34 F.O.B. Destination f. 252.232-7003 Electronic Submission of Payment Requests g. 252.246-7000 Material Inspection and Receiving Report h. 52.207-5 Option to Purchase Equipment
 
Place of Performance
Address: 11817 Canon Blvd, Ste 404, Newport News, VA,
Zip Code: 23606
Country: UNITED STATES
 
Record
SN01405595-W 20070915/070913221044 (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.