SOLICITATION NOTICE
23 -- Bucket Truck
- Notice Date
- 3/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of Energy, Federal Locations, All DOE Federal Contracting Offices, One West Third, Tulsa, OK
- ZIP Code
- 00000
- Solicitation Number
- DE-RQ75-09SW90316
- Response Due
- 3/25/2009
- Archive Date
- 9/25/2009
- Point of Contact
- James W Hunt, Contracting Officer, 918-595-6669,jim.hunt@swpa.gov;Jeremy D Chea, Contract Specialist, 918-595-6674,<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation forcommercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Proposals (RFP). Submit only written Proposals for RFP DE-RP75-09SW90316. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29. This acquisition is a Small Business Set-Aside. The associated NAICS code is 423810 with a small business size standard of 100 employees. This RFP contains two (2) line items. The line item descriptions are as follows: NOTE: All references to specific brand names, part numbers or model information is for informational purposes only, Quotes for all makes/manufacturers will be considered so long as items quoted meet the applicable quality/capability of the item specified. CLIN 0001 - 36' VERSALIFT VST-36-I COMBINATION TELESCOPING/ARTICULATING AERIAL BUCKET, READING METAL BODY AND FORD F-550 EXTENDED CAB (4X4) CHASSIS Items proposed must meet or exceed the following requirements: 1) AERIAL LIFT Travel Height Not to exceed 10 feet 6 inches. Vertical Reach 36' to bottom of platform. Side Reach 26' side reach with upper telescoping boom 16' above the ground. Platform The fiberglass platform is 24" x 30" x 42" Deep with no inside step shall have an outside step. The platform capacity is 350 lb. Platform to store on the right side of boom in the cargo area. The basket rotator is to rest on a spring loaded support, stowing the basket leveling system with 5" clearance above floor. Platform Liner-Provide a Poly basket liner without molded in step. Hydraulic Platform Rotator The hydraulic platform rotator allows rotation to the platform through a full 180 degrees, from the left side of the boom around to the right side. This must be attainable with the jib in the working position. Hydraulic Platform Leveling Platform leveling is controlled automatically by master and slave cylinder arrangement. The platform leveling system can be manually activated from the upper and lower controls to adjust platform leveling, to tip the platform for clean out or to ease the removal of an injured operator. Outer/Inner Boom Assembly The outer boom consists of an 8" x 10" steel section and a 9" x 11" fiberglass section to provide 38" insulation even when the inner boom is fully retracted. The telescoping inner boom is made of 6-7/8" x 8-7/8" rectangular fiberglass and housed within the outer boom. The hoses routed through the outer/inner boom assembly are non-conductive and fully contained with in the boom assembly. The telescopic outer/inner boom assembly articulates for -25 degrees below horizontal to 85 degrees above horizontal. The outer/inner boom assembly is offset to one side to provide easy access to the platform. A boom support cradle and a over center cam type boom tie down strap/clamp is included. Lower Boom Assembly Rectangular 8" x 10" high strength steel boom. The lower boom's range of articulation begins at horizontal and sweeps to 80 degrees above horizontal. The lower boom encloses a parallelogram linkage that maintains the knuckle at a constant angle to the turret. Lift Eye Provide 1,000 lb capacity lower boom lift eye. Chassis Isolation System (Lower Boom Insert) Each end of a high strength fiberglass insert is installed over steel section. Inside the fiberglass insert there is a 12" insulation gap between the two steel sections. ALL three booms must be insulated. Continuous Rotation Rotation is continuous and unrestricted in either direction. Pedestal The pedestal is tubular with a reinforced mounting plate. The hydraulic oil reservoir is built into the pedestal for protection. Outriggers - The A frame outriggers are attached to the pedestal. The outriggers are equipped with pivoting feet, pilot operated check valves, internal thermal relief valves, separate operating controls for each outrigger. At maximum extension, the outriggers furnish 120" of spread and maximum of 9" of penetration. Outrigger shall have individual controls located in an enclosed steel box in tailshelf with front open for access on left and right sides. Torsion Bars Provide torsion bars for rear axle. Lubrication Non- lube bearings are used at all points of motion. The rotation is the only components that require lubricating maintenance. Painting The complete unit is primed and painted with urethane white finish. Hydraulic Oil Reservoir Designed as an integral part of the pedestal, the reservoir has anti-splash baffles and easy-to-read fluid level gauges (sight gauges). The hydraulic oil capacity of the reservoir is 17 gallons (Minimum). Control Valves The full pressure Unitrol single control at the platform controls the following: Rotation, the outer/inner boom assembly's raise, lower and extension functions. The safety trigger lift functions when depressed into the single stick handle or tool functions when released to its normal position. The lower boom's raise and lower functions are a separate control. An emergency stop if activated from the upper or lower controls to adjust the platform leveling, tip the platform for clean out, or tilt the platform to ease the removal of an injured operator. The lower controls are full pressure, multilever and equipped with a manual selector valve to override the upper control, including platform tilt and upper winch. Engine Start/Stop An air cylinder at the upper controls and a toggle switch at the pedestal are used to energize this system. Selector Valve Recessed at rear tailshelf to select between outriggers, lift and tool circuit. (Rotary or dented type only- push pull are unacceptable). Hydraulic System The open center hydraulics system operates at 3000 PSI at 6 GPM. This shall be a hydraulic clutch pump. The suction screen has 100 mesh rating, and can be removed for cleaning. Located below the reservoir are 2 gate valves to prevent oil loss when the pump and filters are serviced. The pump is to be belt driven and mounted under hood in easy serviceable area. Hydraulic Tool Circuit There shall be a hydraulic tool circuit located at the basket and tail shelf area. This system is designed to use open center hydraulic tools. The tool circuit provides 7 GPM at 2500 PSI with HTMA quick couplers. Parker female # FF-371-6FP and male #FF-372-6FP. Line Lifting Socket Built as part of the platform support structure, is a vertical line lifting socket for 3" diameter line lifting attachments. The socket is automatically leveled with the platform without any manual adjustments. The vertical lifting capacity of the socket is conditional with maximum capacity of 800 lbs. Electrical Insulation Specifications The outer/inner boom assembly is tested and certified for electrical work at 46 KV and below in accordance with ANSI A92.2 2001 requirements. The outer/inner boom assembly is fully insulated even in a retracted position. The lower boom insert is tested per ANSI A92.2-2001. Master Control This control energizes the platform and pedestal control circuits, which include the engine start/stop and two-speed throttle control. Manuals Two operator and two service manuals shall be provided. Jib and Winch With Hydraulic Articulation and Tilt The material jib and winch consists of a winch and a jib pole that are automatically leveled with the platform. Up to 800 lbs material handling capacity can be provided at elevated boom angles. Platform capacity with jib and winch installed is 350 lbs. The winch is hydraulically powered through a self locking worm gear drive, so a load holding brake is not required. The winch provides line speeds of 15 to 30 ft per minute. Seventy feet of " diameter polyester rope with a clevis hook is provided. The 4" square jib pole hydraulically tilts with 90 degrees of travel relative to the platform, from the horizontal to vertical. Since the pole is automatically leveled with platform, there is a total of 200 degrees of jib pole articulation relative to upper boom. The jib pole also hydraulically extends and retracts, providing 16" travel, from 44" to 60". The jib pole assembly also can be rotated to any of three convenient load-lifting positions to accommodate a load. The jib pole and winch assemblies can be rotated to a stowed position. 180 degrees from the hung position, or they can be easily removed when not needed. Platform leveling control at the turret is standard with the material handling option. Storage Socket Provide a storage socket for the jib and winch that can be used when the jib and winch are not required Locate streetside in cargo area Emergency Power This system consists of a hydraulic pump driven by a 12 volt DC motor, which is powered by the trucks engine battery. The system is connected in parallel with the main pump and is designed for non-continuous operation. An air cylinder at the upper controls and a toggle switch at the pedestal are used to energize this system. Two-Speed Manual Throttle Control The manual throttle control is designed to operate only if the truck ignition is in the run position and the master switch is turned on. An air cylinder at the platform and a toggle switch at the pedestal and rear outrigger controls are used to energize the manual throttle control. 2) Reading Body Model USLP108-DW 108 long x 37 high x 93 wide and 21 1/2 deep compartments with A compartment layout both sides. Understructure: Front crossmenber 7 gauge steel channel, rear crossmenber 10 gauge galvannealed steel channel with 12 gauge steel full crossmembers fore and aft of the wheelhouse panel. Floor: 12 gauge safety tread plate steel. Doors: Double panel construction, 1 1/4 thick, nitrogen strut door holders with internal dampeners on vertical doors and plated chain supports on all horizontal doors. Doors Seals: Automotive quality bubble type seal. Locks: Flush mounted complete polished stainless steel paddle type. Doors Hinges: Removable stainless steel hinge brackets. Strike Pin: Adjustable. Body Sides: 14 gauge A60 2-sided galvanizednealed steel. Front Bulkhead: 16 gauge A60 2-sided galvannealed steel. Front Panels: 14 gauge A60 2-sided galvannealed steel flanged design. Second Front partitions: 16 gauge A60 2-sided galvannealed steel. Spacemaker Lids: With treadplate tops and (2) gas props on each side of body with removable dividers. Less Rear Tailgate. Recessed tail lights. Compartmention: Curbside 1st Vertical- Moulded in outrigger housing with material hook at the top. (8) rollout trays with dividers. Horizontal- Open. Rear Vertical- 0-1-1 material hooks. Streetside 1st Vertical- Moulded in outrigger housing with material hook at the top. - (8) rollout trays with dividers.. Horizontal- Open. Rear Vertical- (6) rollout trays with dividers. Latch Matic push button door locks with (2) controllers. Aluminum diamond brite rock guards at front of body. Protective loom for wiring. Treadplate steel 36 long skirted tailshelf. 6 wide loop steel grabhandle and cable step curbside back of tailshelf. Lights and reflectors per FMVSS #108. Spare tire carrier (lockable) located streetside front of cargo area. 6 dia PVC tube 108 long with lockable end cap, mount top of body streetside. Electronic back-up alarm 2 receiver socket with reinforcement, safety chain rings. 6 pin trailer receptacle. Rear mud flaps. Anti slip paint tops of body, cargo area and top of tailshelf. Rhino lining or equal. 3) Chassis 2009 or newer Ford Model F-550 Exended Cab XLT (4x4). 60 cab to axle. 17,950# GVWR package. 6,000# front axle with stabilizer bar. 13,660 # rear axle. 5 speed automatic transmission with overdrive. Power steering. Trailer mirrors (adjustable). 40 gallon fuel tank (drivers side). 6.4 L Power stroke turbo diesel engine. Speed control/tilt steering wheel. Air conditioning. (6) LT225/70Rx19.5G BSM AS (all season) tires. 4.88 rear ratio with limited slip. Engine block heater. Cloth bench seat 40/20/40 with 3 seat belts. Trailer tow package with brake control. Front hooks. AM/FM electric stereo/clock radio. Cigar lighter. Power door locks. Power windows. Advanced security group with remote entry. Less day time running lights. Hydro boost brakes. Driver and passenger air bags. Interval wipers/washers. 135 amp alternator. Dual 78 amp/hr 750CCA each battery. Oxford white exterior color and gray interior (medium stone). Halogen head lamps. PTO opening needed for aerial lift throttle. Less sliding rear window. Transfer Case Skid Plates All-Weather Floor Mats Extra Heavy Service Suspension Package Low Deflection Package High Capacity Trailer Tow Package Front bumper mounted Warn M15,000 12 volt electric winch, installed with controls inside of cab, Grill guard mount. CLIN 0002 - Trade-In Value: A 1999 Altec Model AT35G mounted on 1999 Ford Model F-450 (4x2 Chassis with Altec Steel body (please provide on your proposal the trade-in value you are willing to pay for this piece of equipment). This value will be subtracted from CLIN 0001 to determine the overall proposal price. It is each prospective offerors responsibility to coordinate the viewing and assessment of this equipment prior to proposal submission. For more information on this equipment or to schedule a viewing appointment, contact Susan Johnson at 918-489-3550 or by email at susan.johnson@swpa.gov. All proposals must be FOB Destination to include delivery of CLIN 0001 and removal of CLIN 0002. All proposals must include a proposed delivery date (or number of days from award) to include pick-up/removal of CLIN 0002. PROVISIONS: The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price Technical capability is significantly more important when compared to price. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (the offeror should include a completed copy of this provision with their quote). CLAUSES: The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28, Post-Award Small Business Program Representations; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products; FAR 52.225-5 Trade Agreements; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. Proposals must be signed, dated and received no later than February 26, 2009, at 2:00 PM, Central Time at the following address: SUBMIT PROPOSALS TO: Southwestern Power Administration Attn: Jim Hunt One West Third Street Tulsa, OK 74103-3502 Please mark the outermost layer of proposal packaging with the solicitation number, DE-RP75-09SW90316. LATE PROPOSALS: Proposals or modifications of Proposals received at the address above after the exact time specified for receipt of proposals WILL NOT be considered. All contractors must be registered in the Central Contractor Registration database located at http://www.ccr.gov prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total proposal price, and technical documentation for CLIN 0001 in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your proposal. For additional information, please contact the Contract Specialist, Jeremy Chea at 918-595-6674 or by email at jeremy.chea@swpa.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=01ee337913b07d1f352755ff9bf64941&tab=core&_cview=1)
- Record
- SN01764763-W 20090311/090310132412-01ee337913b07d1f352755ff9bf64941 (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 |