SOLICITATION NOTICE
99 -- RUNWAY SWEEPER
- Notice Date
- 12/23/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 441229
— All Other Motor Vehicle Dealers
- Contracting Office
- Department of the Army, Joint Contracting Command, Iraq/Afgahnistan, KANDAHAR RCC, APO AE, Non-U.S., 09355, Afghanistan
- ZIP Code
- 00000
- Solicitation Number
- KAF0B3ECE00699
- Archive Date
- 1/14/2010
- Point of Contact
- Justin Keeney,
- E-Mail Address
-
justin.keeney@afghan.swa.army.mil
(justin.keeney@afghan.swa.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Please read the entire solicitation carefully before submitting your bid. Bids not conforming to the specifications herein will be disqualified and discarded. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in accordance with procedures described in FAR part 13.1. and FAR part 13.5, Commercial Item Test Program, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The reference number for this procurement is KAF0B3ECE00699 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-29 & Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2009729. For informational purposes the North American Industry Classification System code is NA - Small Business Set aside and NAICS do not apply. The Contract will be a Firm Fixed Price Contract. The government reserves the right to award this requirement to more than one vendor or only one vendor. Description: The Contractor shall provide all labor, tools, materials, equipment, personnel and all other services required to provide the following items in support of US Forces Afghanistan: Line Item Items / Salient Characteristics Qty Unit of Issue Cost Total Cost 0001 Runway Sweepers •· IAW Attached Statement of Work 2 EA $ $ 0002 Curtain Set, Pick up Head 4 EA $ $ 0003 Wire Segments, vertical Digger 20 EA $ $ 0004 Shipping 1 LS $ $ All items must be delivered to Kandahar Airfield, Afghanistan within 60 days after award. Shipping Instructions: Shipping may be accomplished through the following commercial air carriers who currently are the only authorized companies to land on Kandahar Air Field: FedEx, DHL, Evergreen, National Air Cargo, and DFS Logistic. The cost for freight shall be included in all quotes. The offeror must indicate, within their quotation, which method of shipping is being used. The Government requires the list of items above to be delivered to Kandahar Air Field, Afghanistan, at the following address: SUPPLY SUPPORT ACTIVITY 286 TH CSSB (SSA) BLDG 501 KANDAHAR AIRFIELD (KAF) KANDAHAR, AFGHANISTAN APO, AE 09355 PLEASE QUOTE ACCORDING TO THE SPECIFICATIONS. PRODUCT PROPOSALS SUBMITTED THAT DO NOT CONFORM TO SPECIFICATIONS WILL NOT BE CONSIDERED. PLEASE DESCRIBE YOUR PRODUCTS IN AS MUCH DETAIL AS POSSIBLE, INCLUDING BUT NOT LIMITED TO BRAND NAME MODEL NUMBERS, AND SPECIFICATIONS. TECHNICAL SPECIFICATIONS OF ALL EQUIPMENT MUST BE INCLUDED WITH QUOTATION. ALL QUOTES MUST INCLUDE A DELIVERY SCHEDULE AND TIME FRAME. The following FAR provisions also apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; Quotes submitted shall contain the following information: Reference number, offeror's name and contact information, terms of the expressed warranty, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quotes shall also contain all other documentation specified herein: Period of Acceptance for Offerors - The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Evaluation Criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose quotation meets or exceeds the stated salient characteristic - at the lowest price. All offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, 252.212-7000, Offeror Representations and Certification - Commercial Item, 252.225-7020, Trade Agreements Certificate, with their offer. The following clauses are hereby incorporated by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 1, 19, 20, 21, 22, 24, and 34. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Additional DFARS clauses cited in the clause applicable to this acquisition are: (a), (b) 1, 11, 24. Electronic mail quotations will be accepted. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application if you are NOT already ORCA registered. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Offers are due 12:00 pm Afghanistan 30 December 2009. Quotations may be submitted to Justin Keeney via e-mail to justin.keeney@afghan.swa.army.mil or mailed to KAF RCC, APO AE 09355. DSN 318-841-1248 LATE QUOTES WILL NOT BE ACCEPTED Specifications Runway Sweeper Specifications 23 December 2009 •I. Runway Sweepe r Spec i fications: Description. The sweeper shall consist essentially of a diese l fuel powered truck. Comp l ete w ith chassis mo un ted equipment such as hopper body, water spray system, debris pick - up assemb l y, and w h e n a p plicab l e, includes an auxiliary diesel engine, gutter broom(s), si d e b l ast nozzle(s), and truck mounted permanent magnet assembly. Abrasion Resistant Material. Surfaces that are subject to a high abrasion factor shall be constructed of abrasion resistant material or lined with replaceable abrasion resistant material. These shall include, but not li m ited to, blower housing, b l ower fans, ducts, hoses, pick-up hood, de fl ecto r plates, dust/refuse separator, and hopper. I n te r changeab i lity. All units of the same classification furnished with s i m i lar o p tions und e r a specific con t rac t shall be ide n tical to the extent necessary to ensure inte rc hangeab i l i ty of co m ponent parts, asse m blies, accessories, and spare parts. Ambient Temperat ur es. The sweeper, i n cluding all components, accessories, and auxili ari es, shall be capa b le of be i ng stored, start and operate sa t isfactorily at ambient temperature from as low as - 29 degrees Centigrade (C) to as high as +49C. Vehicle and Components. The vehicle, including all required vehicle components and Accessories, shall comply with the provisions of EPA 40 CFR 86, EPA 40 CFR 202, EPA 40 CFR 205, DoT 49 CFR 325, DoT 49 CFR 393, DoT 49 CFR 570, and DoT 49 CFR 571, as applicable, in effect on date of vehicle manufacture. Cab. The cab sha l l be of the manufacturer's standard cab, metal constru c tion, f u lly enclos e d, and ins u lated. Seat(s ) sha ll be up h o l s t ered and furnished with seat belt(s). O per ato r 's seat sh a ll be adjustab l e for h eight, forward, and rearward position. The window controls sha ll be manual operated. Windshield and windows shall be tinted safety g l ass. The cab shall be designed to prov i de easy access to the cab compartment. All exterior step surfaces shall be non-skid or grated type. The cab defrosting and heating shall be thermostat controlled with mu l tispeed fan, capable of maintaining t h e cab temperature to n ot less th an +12C and the defroster shall keep at least 75 percent of the windshield surface clear a t - 29C ambient temperature. Engine. The (truck) engine sha ll be a diese l fue l powered engine. When the unit furnished is of the two-engine type, the auxiliary engine shall also be diesel fuel powered. The auxiliary engine and associated components shall be mounted in the truck chassis. The auxiliary engine shall be protected from severe weather with removable metal housing. The housing doors and latches shall be designed to a ll ow easy access to the engine. Transmission. The chassis power train s h all include a hydrostatic drive system or an automatic transmission w i th not less than four forward speeds. Axles. Axles shall be designed for four wheels, s i ngle rear t i re or dual rear tire mounting. Steering. The vehicle shall have hydraulic assisted power steering. When a full cab is furnished, a dual steering wheel and contro l s f or left hand o r right hand operation of the sweeper shall be furnished. Fai l ure of the hydraulic system s h al l not prevent manual steering of the vehicle. Brakes. The service brakes shall be of the full air or ai r over hydraulic brake system. Hydraulic System. The hydraulic system shall be furn i shed complete with all necessary safety devices, alarms, and controls for a safe operation of the driven hydraulic equipment. No high pressure hydraulic flexible hoses shall be used ins i de the truck cab. Threaded pipe finings shall not be used in the hydrau l ic lines. Operating Controls. All controls required to operate the vehicle and sweeping components shall be located inside the cab and within r each from the driver's normal driving position, except those that are specified herein. Contro l s shall be properly identified by a secure l y attached nameplate, using universal symbols or English language, or both. All controls, including the applicable instruments, shall be i lluminated wi t h non-glare lighting to be really visible for night operation. Electrica l System. The electrical system shall operate on a 1 2-volt negative ground. The charging alternator shall have no less than 80 ampere rating. W i ring harness shall be heavy duty, weather-proof, and identifiable by means of color codes, numbers, or letters. Starting System. The truck engine and auxiliary e n gine (when furnished) starting system shall operate from 12-volt negative ground battery(s). Battery(s) shall be of the maintenance free type with sufficient co l d cranking amperes for the designed ambient temperature conditions. Heat sensing ether injection system or glow plugs shall be provided for cold weather starting. Wheels and Tires. Wheels shall be disc type. All tires shall be of the same si:LC and rating. Tires shall be wide-base tubeless stee l belted radial with t raction treads. Wheels and tires shall conform to TRA recommendation. Outside Rear View Mirrors. Outside rear view mirrors shall be conveniently located from each side of the driver's location. The mirrors shall be of the combina tion type having flat and convex areas enclosed in a common housing. The flat portion shall have not l ess than 322 square centimeters and the co n vex portion shall have not less than 16 1 square centimeters of reflective surface. Pa n el Instruments. Panel instruments shall be visible from the driver's location, and as a minimum, shall include the following: •a. Voltmeter or ammeter. •b. Lube oil pressure gauge. •c. Engine coolant temperature gauge. •d. Tac hometer. •e. Hour meter (9999 reading). •f. Keyed ignition/starting switch. •g. Fuel tank(s) level indicator. •h. Speedometer with odometer. •i. Low air pressure warning light and audible alarm. •j. Low dust spray water reservoir level warning light. •k. Hopper full load indicator. •I. Hydraulic o il filter restriction indicator. •l. When an auxiliary engine is furnished, it shall include the instruments lis t ed •m. in items (b) through (i) above. When a separate fuel tank is provided, include •n. a fuel tank fuel gauge. Accessories. Accessories shal1 include, but not limited to, the following: •a. Splash guards and stone throw protection. •b. Tow hooks for the purpose of towing the vehic le. •c. Two s p ot lights located on each side of cab and controlled at the driver side. •d. One amber rotating warning l ight, located on top of the hopper body to be easily visible to traffic coming from all directions. •e. Fuel tank(s) capac ity adequate for over 8 hours operation. •f. Fill hose (30 millimeters nominal diameter and approximate 7.6 meters long) with 63. 5 millimeters female brass fining to match with standard 63.5 millime t ers male fire hydrant connection, complete with truck mounted rack and standard hydrant wrench. Hopper Body. H opper body shall be of steel construction. The rear dump door shall lock/unlock and close/open mechanically or hydraulically. When specified, an external dump control lever shall be furnished at the rear of the hopper to allow the operator to observe the unloading operat i on. Debris shall be emptied through the rear door and onto the ground. An inspection door shall be furnished in the hopper body. A single flood light shall be installed at the rear of the dump door. Pick-up Hood Assembly. The pick-up h oo d assembly s h all provide no l ess t h an 2. 1 3 meters of sweeping width. When the pick-up hood assembly re quires an external support(s) from the pavement, the support(s) shall be eit h er a rubber tired caste r or w h ee l s. G utter Brooms. The sweeper shall be furn i shed w i th a single ri ght hand, sing l e left hand, or dual gutt e r brooms (one located on eac h side of th e ve hi c l e) as specified Broom(s) sha ll be of the vertica l digger type, with d i ameter adequate to provide no l ess than 20 percent increase in sweeping width (each). Broom(s) shall be with polypropylene bristles. Independent hydraulic drive and contro l s, and self ad j usting to mee t varying pressures when in contact with uneven paved surfaces or street curbs. B room(s) shall be furnished with adjustable flood light. The gutter brooms) and the debris pick-up sys t em shall be capable o f operating independently or s i multaneously. Din Agitator. The sweeper shall b e p rovided with air or broom dirt agitator to loosen any dirt or debris adhered to the pavement. When dirt ag i tation incorporates t h e use of a roller broom, the broom shall be approximately of the same l en gth as the pick - up hood length, and wi t h polypropylene filament. Dust Suppression System. A co n stan t pressure dust suppression system shall be of such design that dust is prevented from becoming airborne during the sweeping operation. The water reservoir shall be manufactured from corrosion r e sistant materials with capacity not less than 760 liters and shall inclu d e a low level switc h to sh u t down the pump at a preset reservoir water leve l. Dust and Refuse Separator. Th e separa t io n o f dust and r efuse from the air stream shall be accomplished through a separator and screen(s). Cleanout door(s) shall be provided to allow internal inspection of the separator. Air Side Blast. The sweeper shall be furnished wit h a s i ngle left hand, single right hand, or dua l (one located on each side of the vehicle) adjustable side blast nozzle(s). Either side of dual blast nozzle shall be capable of being operate d independe n tly, or both nozz l es operating at the same time. Permanent Magnet. A permanent magnet assembly, capable of picking (magne t ize) and discharging (demagnetize) ferrous meta l objects shall be furnished. The attracted objects shall then be capable of being discharged to a collection pan. T he magnet shall be not less than 2.13 meters sweeping length and of manufacturer's standard width. T he magnet's effective operating height shall be not l ess than 50 millimeters above ground. T he ground clearance, whi l e in fully raised position. shall be not less than 130 milli m eters. Mobility. With the sweeper loaded to the required GVW and with thc sweeper components in the retracted or transport position, the vehicle shall be capable of performing the following; Speed, when driven on a paved concrete or asphalt public highway, the vehicle shall be able to maintain speed of not less than 88 kilometers per hour (kph) and not less than 55 kph on roads with 6 percent grade. Turning Radius. The sweeper's turning radius shall be no t more than 8.5 meters (inside wall to turning center distance) to the left or right of the vehicle. Interior Noise Level. With the engine(s ) and sweeper components in runn ing or operating condition. the noise level inside the cab shall not exceed 84 dB(A). Safety. With the exception of rotating brooms, all rotating or moving parts and parts subject to high operating temperature shall be insulated, enclosed or guarded. Each sweeper unit shall be furnished with backup lights and audible alarm, both activated when transmission is shifted into reverse gear. When shifted into reverse gear, all sweeping components shall automatically retract from operating position to not less than 125 millimeters clear above ground. Rust Proofing. The vehicle shall be rust proofed in accordance with FED-STD-29 7. Tools. Each vehicle shall be furnished with tools required for exchanging mounted tire assembly with the spare assembl y and shall include at least a hydraulic jack, jack handle, and wheel nut wrench. The jack shall be of such closed height to pennit its location under the axle, or other satisfactory li ft point at any wheel with a flat tire. The jack, without blocking, shall be capable of raising any wheel of the fully loaded vehicle to a height adequate to pennit removal and replacement of wheel and tire assembly. Lubrication. The lubricating points shall be easily visible and accessible. Hydraulic lubrication fittings shall be in accordance with SAC J534. Where use of a high-pressure l ubric at ing gun with 70 - kilogram per square centimeter or higher, will damage grease seals or other parts, a suitable warning shall be affixed to the equipment in a conspicuous location. •II. Sweeping : •1. When tested in accordance w i th the performance test: On a 7 feet by 20 feet paved or concrete test site, spread evenly the mixt ur e of 35 pounds commercial sand and 35 pounds of pea gravel (3 / 8 inch size) at a density of 0.5 pound per square feet. With the width centerline as the reference point, create a grid pattern of 5 rows ( 1 8 inches apart) across t he width and 20 rows (12 inches apart) across the length of the course. Th en place each debris listed in table 1 on top of the sand and gravel by placing 5 pieces of items 1 in row no. 1. The other 5 pieces of item 1 in row no. 11, 5 pieces of item 2 in row n o. 2, the other 5 pieces in row no. 12; all other items to follow the same sequenc e. TABLE 1. Miscellaneous Debris. ITEM DESCRIPTION QTY 1 Cans, aluminum, soft drinks, 0.355 liter capacity (empty) 10 2 Cans, aluminum, soft drinks, 0.355 liter capacity com p ressed, lo ngitudinally to 1 5 millimeters thick 10 3 Cups, plastic, 0.236 liter capacity 10 4 Cups, styrofoam, 0.236 liter capacity 10 5 Cylinder, solid steel, 25 millimeters by 75 millimeters long 10 6 Nai l s, steel, box 8 - D by 63 millimeters l ong 10 7 Bolts, steel, 12.7 millimeter by 50 millimeters long 10 8 Was h ers, flat, steel, standard 12. 7 millimeters inside diameter 10 9 Bearings, ball, steel, 12.7 millimeters diame t er 10 10 Stones, 50 millimeters nomina l size 10 •a. VACUUM CLEAN I NG. With vacuum only, drive thru the midd l e of the course with vehicle speed at 15 mph for Runway Sweeper o r 5 m ph for Street Sweeper. Bo t h the Runway and Street Sweeper shall p ick up not less than 66.5 pounds (95 percent by weight) of sand and gravel mix and 95 pieces of miscellaneous debris. •b. SIDE BLAS T CLEANING (Runway sweeper only). Using the same test set - up as above, drive the sweeper in such manner that the si d e b l ast nozzles are positioned on the edge of the test area. The vehic l e spee d shall be at 15 mph. All test specimens shall be blown off the test area and thrown away at a d istance no less than 60 feet from the nozzle. •c. WANDER HOSE PICK-UP. Place all the debris in table 1 in the same grid pattern as above. With the wander hose nozzle positioned 6 inches from the ground, move the nozzle at 3 feet per second directly on top of the debris. Each debris shall be picked up instantaneously as the nozzle passes on top of each item.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1717817b67c174bbc6f8cf3901e0f633)
- Place of Performance
- Address: Kandahar Airfield, Afghanistan, United States
- Record
- SN02031048-W 20091225/091223235236-1717817b67c174bbc6f8cf3901e0f633 (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 |