Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1997 PSA#1851

ACC 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