|
COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1997 PSA#1851ACC Contracting Squadron; 227 Hunting Ave, Suite 301: Langley AFB, VA
23665-2771 23 -- SEWAGE CLEANING TRAILER DUE 060697 POC Point of Contact --
Timothy Cannella, Contract Specialist, 757-764-4187, ext 144 E-MAIL:
ACC Contracting Squadron, cannellt@acccons.langley.af.mil. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with (IAW) the format in the Federal Acquisition Regulation
(FAR) Subpart 12.6 as supplemented with additional information
included in this notice. Solicitation F44650-97-Q0117 is issued as a
Request for Quote. Quotes are requested and a written RFQ will not be
issued. The Standard Industrialization Code (SIC) is 3594. The
solicitation document incorporates provisions and clauses that are in
effect through Federal Acquisition Circular (FAC) 90-46 and Defense
Acquisition Circular 91- 11. It is the contractors responsibility to be
familiar with all applicable clauses and provisions. This acquisition
will be a 100% Small Business Set Aside. ACC Contracting Squadron has
a requirement for seven (7) each 1000 Gallon Trailer Mounted
Sewer-Cleaning units which meet the following requirements: (1) General
This purchase description covers seven (7) each pneumatic tired, tandem
axle trailer, gasoline or diesel engine-powered mounted unit for
removing and transporting liquid and solid waste from sewer manholes
and septics. The trailer mounted sewer cleaner shall be comprised of,
but not limited to, the following: Trailer, Tank, Pump and Engine,
Suction Tube and Hose. (2) Design The item shall be a complete sand and
sludge cleaning unit mounted on a pneumatic tired trailer. The cleaner
unit shall consist of a steel tank (1000 gallon minimum capacity); a
gasoline or diesel engine powered pump; piping; hose; and fittings. All
components, assemblies, and accessories shall be meet or exceed the
requirements of this purchase description and shall in accordance with
commercial standards and Department of Transportation standards. (3)
Safety Rotating parts and parts subject to high temperatures which pose
a hazard to operating personnel shall be guarded, or insulated to
eliminate the hazard. All platform walking surfaces shall be antiskid
type. Ladders, steps, and handholds shall be provided in such quantity
and size that access to the mounted equipment and operating controls
shall be unhampered and non-hazardous. (4) Trailer The trailer shall be
rated for a minimum carrying capacity of 14,000 pounds. The suspension
system shall be leaf type springs, with equalizer hinges of a capacity
compatible with the load carrying limit of the trailer. The trailer and
tires shall be sufficiently sized to carry the loaded tank, pump,
engine, hose, and connections and the trailer suspension and chassis
shall conform to all of the general requirements of the Federal Motor
Vehicle Safety Standards. Racks for storage of hose and intake tubes
will be provided on each side of the trailer frame. Design of the
trailer shall allow 45 mph speeds over paved roads and 10 mph over
unimproved roads when the tank is full, without damage to the trailer
or equipment. The following are required trailer items: (a) stop, tail
and directional lights, connection cables, heavy duty electric brakes
(all reflectors, lights, wiring, brakes, and suspension shall meet all
applicable Federal and State standards and shall conform to DOT Federal
Motor Carrier Safety Regulations for a vehicle of this type), (b)
adjustable stabilizer tongue jack (c) two rear stabilizer support jacks
(d) adjustable three inch diameter (minimum) lunette eye hitch with
safety chains and hooks (e) a tongue jack of 5,000 pounds minimum
capacity (f) a break-away safety switch that will automatically actuate
the brake system in the event that the trailer becomes disconnected
from the towing vehicle (5) Tank The tank shall have a minimum capacity
of 1,000 gallons and be designed to withstand 15 PSI internal pressure
and maximum vacuum. The tank materials shall be constructed with a
minimum thickness of 1/4-inch A36 Steel. The tank shall have a full,
side opening, industrial type rear door to provide easy access to tank
interior for dumping debris and inspection. The door shall be provided
with a gasket and shall provide a drip free seal at maximum pressure.
The tank shall have an inspection hatch, not less than 10 inches
diameter to permit visual observation of the inner portion of the tank.
The tank shall have an indicator to indicate the level of solids and
water in the tank if the amount of solids is not visible through
inspection hatches. The tank shall have a minimum four-inch discharge
opening, located at the bottom center rear of the tank, equipped with
an emptying system. The tank shall be capable of being lifted,
hydraulically, for dumping debris. The dumping angle will be a minimum
of 45 degrees. The vehicle shall provide means for the storage of
suction tube, hose, and other accessories. The tank shall contain a
method of pressure relief to prevent negative pressure when overfilling
occurs. (6) Pump and Engine A close coupled pump and engine unit shall
be mounted on the trailer to deliver the water and material from the
manhole into the tank. The engine shall be an air cooled gasoline or
diesel engine. The engine shall be equipped with electric start and 12
volt generating system. The engine requires sufficient horsepower to
drive a minimum positive displacement pump of 1100 CFM rating capable
of achieving a minimum 204 inch water column of vacuum pressure in the
pick up and vacuum system. The pump section shall be capable of
handling sludge, mud, gravel seepage, grit, sewage, and slime. The
pump, valves, hoses and receiving tank catch-basin shall be compatible
of withstanding the rough usage encountered in sewage manhole
cleaning. None of the picked up debris (50 micron or larger) and liquid
shall pass through the pump. The exhaust of the expended suction system
shall be vented up and away from the operator. (7) Suction Tube and
Hose A top mounted, hydraulically lifted, intake boom pick-up system
capable of a full 360 degree manually rotation with an automatic boom
lock to secure the boom during routine work. The supplier shall furnish
not less than 5 inch (inside diameter) x 14 feet of heavy duty pick up
tube hose. The pick up tube shall be in not less than two and not more
than three sections joined together with quick disconnects or heavy
duty over center clamps. The connection shall be such that, if
disconnection is necessary for debris tank emptying, the disconnection
shall be accomplished without the aid of tools. Power assists shall be
provided so that one man can position the pickup tube in a manhole
(counterbalance is acceptable). (8) Identification and Markings A
corrosion resistant metal nameplate, permanently and legibly marked
with the following information shall be securely attached to each
trailer: Nomenclature, Manufacturer's model number, Manufacturer's
serial number, Special characteristics, HP, RPM, etc., National Stock,
number (If Applicable), Manufacturer's name, Contract number, Weight
Height Width Length Cube, Center of Gravity, Date of Manufacture. (9)
Painting All exposed metal surfaces including engine compartment and
under carriage shall be professionally painted and protected with at
least one coat of rustinhibiting primer and one coat of finish enamel.
The finish painting shall be manufacturers standard color and quality.
(10) Workmanship: Workmanship shall be accomplished with standard
industry practice. All welding shall be in accordance with a nationally
recognized welding code. (11) Warranty: The contractor s or
manufacturer standard commercial warranty shall apply. (12)
Responsibility and Inspection: Unless otherwise specified in the
contract or purchase order, the supplier is responsible for the
performance of all inspection requirements and Quality Control. (13)
Delivery: 1 sewage trailer unit shall delivered FOB Destination to each
of the following locations: Little Rock AFB AR, Beale AFB CA, Langley
AFB VA, Whiteman AFB MO, Offutt AFB NE, Nellis AFB NV, Davis-Monthan
AFB AZ. Specific delivery addresses will be provided at time of award.
(14) Technical Publications The offeror shall supply a parts
manufacturer listing which includes the manufacturer name and telephone
number and their standard commercial operating manual for the unit. The
following FAR provisions and clauses are applicable to this
procurement: 52.212-1, Instructions to Offerors-Commercial Items;
52.212-3, Offerors Representations and Certifications-Commercial Items;
52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items. A complete copy of the provision at
52.212-3, Offerors Representations and Certifications-Commercial
Items, must be submitted with the offer. Offerors submissions shall
comply with the instructions set forth in this solicitation and FAR
provision 52.212-1, Instructions to Offerors-Commercial Items and shall
include, in accordance with (IAW) FAR 52-212-1, the following:
technical description of the items being offered in sufficient detail
to evaluate compliance with the requirements of the solicitation (i.e.
product literature); the terms of any express warranty, price and any
discounts; delivery terms; completed copy of the representations and
certifications at FAR 52.212-3, past performance information IAW this
clause, and shall include all other applicable information required by
this clause. Award will be made to the lowest priced, responsible,
responsive offeror who demonstrates compliance with the requirements of
this solicitation and all referenced clauses. Offerors shall include
both unit price and total price with their quote. Delivery shall be
made within 150 days following award. Offers/Quotes shall be submitted
not later than 15 days from the date that this notice is published.
All proposals shall be submitted to ACC Contracting Squadron/LGCU,
Attn: Tim Cannella, 227 Hunting Ave Suite 301, Langley AFB, VA
23665-2771. Point of contract for this acquisition is Tim Cannella,
757-764-4187, ext 144. (0140) Loren Data Corp. http://www.ld.com (SYN# 0224 19970522\23-0002.SOL)
23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page
|
|