SOURCES SOUGHT
39 -- WCF Mobile Jogger Aerator
- Notice Date
- 8/29/2022 4:40:53 AM
- Notice Type
- Sources Sought
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- BEP OFFICE OF ACQUISITION WASHINGTON DC 20228 USA
- ZIP Code
- 20228
- Solicitation Number
- 146366
- Response Due
- 9/2/2022 2:00:00 PM
- Point of Contact
- Elizabeth DaCosta
- E-Mail Address
-
elizabeth.dacosta@bep.gov
(elizabeth.dacosta@bep.gov)
- Description
- The Bureau of Engraving and Printing (BEP), Western Currency Facility (WCF), Office of Currency Manufacturing (OCM) Division in Fort Worth, Texas seeks to finc sources for a requirement for new material handling equipment.� The equipment will be used to turn and jog materials within the building. Specifications and Performance Requirements: At a minimum, the Contractor shall furnish one (1) Mobile Jogger Unit which meets all the specifications and minimum performance requirements listed below: Motorized and self-propelled. Integrated air-jogger system with air-blower incorporated into machine body. Adjustable air volume controls, speed of air nozzle and intensity of vibration. Air-jogger control pad conveniently located on jogging bar.� Two air nozzles, protected by a steel plate, deliver air to paper for effective conditioning. Jogging system with 2 floating plates.� Each plate has a vibrating motor.� This provides effective jogging of the pile without stressing other components of machine. Piles can be turned with or without applying pressure. Once in position, it can lift and turn the pile in less than a minute. Large double taper bearing system for easy turning of load. Forks traveling on linear bearings for accuracy and longevity. Proven hydraulic system for lifting load, opening, and closing of forks. Does not require installation, permanent electrical connection, or dedicated floor space. Integrated charger can recharge the battery from any 120-volt outlet. �Battery can be easily exchanged with optional battery exchanger, for 24-hour continuous operation. Wide base model. Technical Specifications Features: Maximum paper size �������������������������������������� 29.5 x 41.3 inches Maximum forks opening��������������������������������� 51.5 inches Minimum forks opening��������������������������������� 24.8 inches Lifting capacity����������������������������������������������� 2,200 lbs (minimum) Length of forks������������������������������������������������ 32 inches Width of forks������������������������������������������������� 20.4 inches Width and height of individuals forks������������ 6 x 3.3 inches Dimensions����������������������������������������������������� L 97.7, W 54.7, H 55.2 inches Machine weight����������������������������������������������� 2,640 lbs Air blower unit������������������������������������������������ 4.5 kW Power line required����������������������������������������� 208-240 VAC 3-phase + Ground / 20 amps Charger for battery������������������������������������������ 120 V ac � 25 A Battery pack. Maintenance free���������������������� 2 Gel type 24 V � 110 Ah TERMS AND CONDITIONS: The following terms and conditions are required for all equipment purchased: Four (4) hours of onsite demonstration and training. The demonstration will consist of the vendor�s training instructor demonstrating its functionality in accordance with the above specifications for not more than thirty (30) minutes. The training will consist of the vendor�s training instructor providing instructions to BEP employees/operators. The COR will provide a training scenario to ensure safe operations. The COR will also provide real world work to be conducted by BEP employees/operators as the training instructor monitors. This process shall not exceed three hours and thirty minutes (3:30). The contractor shall provide a final operational check after delivery and training to ensure proper functionality. All Operators, Parts and Warranty manuals shall be provided in English (paper and electronic PDF format) Finish (Paint color): Contractor shall provide equipment with Manufacturer�s standard finish and paint. Parts: The Contractor shall provide a list of parts to the Contracting Officer Representative (COR), needed to performed preventive maintenance equipment 30-days prior to the equipment being shipped to their delivery destination. The list shall include the parts provided in the Initial Parts Kit and any additional items recommended by the Original Equipment Manufacturer (OEM), if the Contractor is not the OEM, for review and approval by the COR. The list shall include the following elements, as a minimum: Part description; Original Equipment Manufacture Part Number; Suggested quantity; and Unit Cost. The BEP intends to procure parts, on a competitive basis, as needed during the equipment life cycle. To assist the BEP in procuring parts, a complete list shall be provided for all parts and components of the equipment. All components listed shall be cross-referenced and supplied with the manufacturers� literature, and any other purchased part documentation. The listing shall be organized by the type of the part; i.e., bearings, pin kit, etc. Contractor shall provide suggested parts list and price list. The manual shall be in English and shall be provided in paper and in electronic format (PDF). Standard Warranty � 12 months full coverage / 24 months powertrain The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this SOW. �The Contractor warrants all equipment, materials and workmanship delivered under any resulting contract to be free from defects, damage or failure. A period of one (1) year (12 calendar months) warranty will begin after completion demonstration of successful performance test and full acceptance of each equipment by the COR. The contractor�s warranty shall include parts, labor, and associated transportation and shipping costs. This warranty will be at no additional cost to the government. When a malfunction occurs while covered under warranty, the contractor will provide a technician to troubleshoot the problem within 72 hours of notification. Warranty shall include materials and labor for the repair or replacement of defective parts and service at the delivery site after the BEP's final acceptance of each equipment. �During the warranty period, the contractor personnel shall correct any defective or nonconforming services within 72 hours or less, and have spare parts, if required. If the contractor is required to correct or re-perform during the warranty period, it shall be at no cost to the Government and any services corrected or re-performed during the warranty period shall be subject to this clause to the same extent as work initially performed. If the contractor fails or refuses to correct or re-perform under the warranty period, the BEP Contracting Officer may, by contract or otherwise, correct or replace with similar services and charge to the contractor the cost occasioned to the contractor thereby, or make an equitable adjustment in the contractor price. The contractor shall provide all necessary information for the COR to make service contacts, i.e., names, physical addresses, email addresses and telephone numbers. Upon completion of a service call, the contractor shall furnish a report, in English, documenting the work performed and any recommendations, including preventative maintenance, to lessen the potential of a future occurrence. Safety The equipment must meet all Federal, State and local safety requirements. All services to be performed on-site within the BEP shall be performed in a manner consistent with the BEP�s Office Environmental, Health and Safety (OEHS) policy and applicable EHS laws, regulations and other applicable requirements. The equipment must be provided meeting the specification above without replacement. The equipment shall comply with American National Standards Institute (ANSI) and (OSHA) standards. ANSI and OSHA standard can be found at https://www.osha.gov/SLTC/poweredindustrialtrucks/standards.html. As well, the equipment shall include the OSHA service based on the usage interval of 500 hours. The equipment shall meet standard for industrial trucks, ANSI/ITSDF B56.1-2016 � Safety Standard for Low Lift and High Lift Trucks which can be found at https://blog.ansi.org/2016/10/ansiitsdf-b561-2016-low-high-lift-trucks/. The Contractor shall provide a listing of all hazardous materials used on the vehicle; if there are no hazardous materials used, this shall be stated on the offer. The Contractor shall provide safety data sheets of all hazardous materials, if any. DELIVERABLES The contractor shall be able to deliver all items in support of this effort within in 60 days.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/aad402a28b1e4b709390b749cc322b6a/view)
- Place of Performance
- Address: Blue Mound, TX 76131, USA
- Zip Code: 76131
- Country: USA
- Zip Code: 76131
- Record
- SN06445405-F 20220831/220829230134 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |