Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2012 FBO #3898
MODIFICATION

66 -- Track Mounted Direct Push Soil Sampling Machine

Notice Date
7/25/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
6th and Kipling Streets Building 56 Room 1040, Denver, CO 80225
 
ZIP Code
80225
 
Solicitation Number
R12PS80395
 
Response Due
7/30/2012
 
Archive Date
1/26/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is R12PS80395 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 325998 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-07-30 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Friant, CA 93626 The Bureau of Reclamation requires the following items, Brand Name or Equal, to the following: LI 001, Track Mounted Direct Push Soil Sampling Machine: Self Powered Unit with standard operators control panel, gauges, emergency shutoff, including tethered and/or remote controls with the following requirements: Engine; diesel or gasolene Rubber Tracks with maximum 5 psi ground pressure Hydraulic Hammer for direct push soil sampling operation; minimum 200 ft-lb force or 32 Hz percussion rate Probe Stroke, minimum of 78 inches or travel Down force, minimum of 35,000 ft-lbs Retract Force, minimum of 47,500 ft-lbs Mast with slide in/out and side movement, minimum of 20 inches movement Folding Overhead Mast with a mimimum of one hydraulic winch of at least 2350 lb capacity Auger Head drive, 2500 ft-lb mimimum with 1-5/8 inch hex adapter Front and Rear leveling jacks or Rear Leveling Jacks with front dozer blade to serve as leveling jack/stabilizer and tool carrier One locking tool box, mounted on the machine Rod Rack, either mounted on the machine or movable to be carried by the machine., 1, EA; LI 002, Tool vise and work surface for sample for sample prep, liner cutter operation, tool assembly and dis-assemble (machine mounted or moveable). Length must accomodate 60" long soil samples., 1, EA; LI 003, Machine mounted or portable pressure wash system for clean-up; minimum 25 gallon water capacity., 1, EA; LI 004, Two complete sets of Dual Wall Soil Sampling Tooling to be included: Complete set of outer and inner rods, drive caps, retracting adapters for inner and outer rods, adapter to connect soil sampling liner to inner rods, outer rod cutting shoes for use with soild sample liner for both clayey and sandy soil, and one solid drive tip for use when not collecting samples. Two sizes of sample tooling are requested for direct sampling to a total depth below ground surface of 50 ft each. a) One set (50 ft total) with outer rods to be of mimimum OD size of 2.25 inched; individual outer and inner rod of 60 inches; with soild sample ID a minimum of 1 inch. Include inner and outer rod holders for use when retracting the inner soil sample string and outer rod string. A mimimum of 20 clear soil sampling liners and one cutter for use in extracting soil sample from liner. b) One set (50 ft total) with outer rods to be of mimimum OD size of 3.25 inches; individual outer and inner rod lengths of 60 inches; with soil sample ID a mimimum of 2 inches. Include inner and outer rod holders for retracting soil sample string and outer rod string. A minimum of 20 clear soil sampling liners and one liner cutter for use in extracting soil sample from liner., 1, EA; LI 005, Enclosed trailer to transport and store machine and all tooling. Trailer must be a minimum of 12,000 GVWR, have electric brakes, exterior running lights, interior lights, heavy duty frame mounted interior tie-downs, spare tire, roof vent, side access door, and rear loading ramp/door with ramp loading capacity of 10,000 lbs., 1, EA; LI 006, Optional Tooling All necessary adapters to be used to a total depth of 100 feet below ground surface. HTP Probe HPT Screen HPT Sensor HTP Controller HTP Pump HTP Trunkline (150 ft) HTP Service Kit HTP Reference Tube Membrane Wrench MIP Connection Tube MIP Adapter and Drive Head Slotted Drive Cap. 1.5 inches Drive Cushion Depth Measuring Hardware Stingpot Piston Weight CPT Valve Kit Rod Wiper Assemble Cable Rod Rack Machine Assessories to be included: FI6000 Field Instrument Electrical Conductivity Test Jig, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Bureau of Reclamation intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Reclamation is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/36b04159110119de525d6877d74685b0)
 
Place of Performance
Address: Friant, CA 93626
Zip Code: 93626
 
Record
SN02814835-W 20120727/120725235835-36b04159110119de525d6877d74685b0 (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.