Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1997 PSA#1921

LEASE OF HEAVY CONSTRUCTION EQUIPMENT Kirtland AFB NM has a requirement for the lease of heavy construction equipment. This is a combined CBD synopsis/solicitation for commercial items on a fixed-price basis prepared in accordance with Federal Acquisition Regulation Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. This solicitation number F29650-97-Q9249 is issued as an Invitation For Bid (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation Circular 90-45. The Standard Industrial Classification code is 7353 and the Business Size Standard is $5 Million Gross. This is a 100% Small Business Set-Aside. Offerors shall provide company past performance information on contracts that are similar in terms of cost and service, performed within the past three years. Past Performance Information should include the contract number, name and phone number of point of contact to verify past performance. The Government reserves the right to utilize past performance data acquired from other sources. Bids will be evaluated under the following criteria listed in descending order of importance: price, technical capability, and past performance. All offerors must submit technical literature and all bids will undergo technical evaluation. This solicitation includes by reference the clause at Federal Acquisition Regulation ( FAR ) 52.212-1 Instructions to Offerors-Commercial Items ( Oct 1995); clause FAR 52.212-3 Offeror Representations and Certifications- Commercial Items ( Jan1997); clause FAR 52.212-4 Contract Terms and Conditions- Commercial items (Aug 1996); clause FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items ( Aug 1996); clause FAR 52.208-4 Vehicle Lease Payments ( Apr 1984 ); clause FAR 52.208-5 Condition of Leased Vehicles ( Apr 1984 ); clause FAR 52.208-6 Marking of Leased Vehicles ( Apr 1984); clause FAR 52.208-7 Tagging of Leased Vehicles (May 1986); and clause FAR 52.228-8 Liability and Insurance- Leased Motor Vehicles (Jan 1997). The clause FAR 52.212-3 Offeror Representations and Certifications- Commercial Items ( Jan 1997) shall be completed and returned with the contractor's offer. No addenda apply. SERVICES NON PERSONAL: Equipment shall be fully serviced and delivered to and from Kirtland AFB NM by the contractor. The Government shall perform the following preventative maintenance on the equipment during rental periods: change oil, fuel, hydraulic, and air filters, grease all fittings and maintain all fluid levels as prescribed by the contractor's/operator's manual. Contractor shall provide the oil, fuel and air filters required for scheduled maintenance during the rental period. Government shall provide all neceassray fluids and grease. Contractor is to provide service maintenance as required and provide replacement if equipment is unserviceable for 5 days or more. CLIN 0001) Per month lease rate for quantity, One (1) Elevating Scraper, Gross Engine Power at 1900 RPMs 286kW/ 383hp, Flywheel Power 272kW/ 365hp, Heaped Capacity 17.6m3/ 23 yd3, Travel speeds to 48.4 km/hr/ 30.1mph. Scraper shall also comply with the following Performance Specifications: a) Differential Control: Scraper shall have differential control that, when engaged, will prevent either drive wheel from spinning free in poor traction conditions. b) Steering: Scraper shall be able to do a full 90 degree turn to the right or left with a turning width of no more than 10.9m/ 35'9". Scraper shall have a supplemental steering system that provides steering power when engine shuts down or fails. c) Brakes: Scraper braking systems shall meet all applicable OSHA standards and SAE J1152 APR80 brake performance standards. In addition to a service braking system, Scraper shall also posses a parking brake and a secondary braking system. Scraper shall have audible and visible alarms to warn operator of imminent service brake failure and secondary braking system shall apply automatically when service brakes fail. d) Elevator: The scraper elevator shall have the following or equivalent working speeds; 74m/min/ 243fpm in forward high, 54m/min/ 177fpm in forward low and 33m/min / 108 fpm in reverse. e) Bowl: Scraper bowl shall have a 60 mPa/ 90,000psi yield strength, rated load of 24,948kg/ 55,000lb, maximum cut depth of 330mm/ 13", and a ground clearance with rated load of 387mm/ 15'25". f) ROPS: The scraper's canopy shall meet the ROPS ( Rollover Protective Structure) criteria SAE J320a, SAE J1040FEB86 and ISO 3471-1986 and the FOPS ( Falling Object Protective Structure) criteria SAE J231 JAN81 and ISO 3449-1984. Lease will be on an as required basis for no less than 30 days at a time during 01 Oct 97 through 30 Sep 98. Estimated total lease time is 6-8 months. CLIN 0002) Per month lease rate for quantity, One (1) Waste Disposal Tractor Dozer, Gross Engine Power at 2100 RPMs of 212kW/ 285hp, Blade Capacity up to 16.6m3/ 21.8yd3, Ground Clearance of 1231mm/ 4', Maximum Tilt of 650mm/25.6" and Digging Depth of 582mm/ 22.9". Tractor dozer shall also comply with the following Performance Specifications: a) Differential Steering: Tractor dozer shall have a differential steering system that provides continuous power to both tracks even in tight turns. b) Brakes: Brakes shall apply simultaneously to both tracks. Tractor dozer shall have a parking brake. c) Track: The tractor dozer's tracks shall be sealed and lubricated to prevent internal bushing wear. d) ROPS: The scraper's canopy shall meet the ROPS ( Rollover Protective Structure) criteria SAE J320a, SAE J1040FEB86 and ISO 3471-1986 and the FOPS ( Falling Object Protective Structure) criteria SAE J231 JAN81 and ISO 3449-1984. Lease will be on an as required basis for no less than 30 days at a time during 01 Oct 97 through 30 Sep 98. Estimated total lease time is 6 months. Interested responsible Small Businesses may submit a written bid to thisoffice by 4:00PM Mountain Standard Time, 15 September 1997. Bids are subject to FAR 52.212-1.11(f ) Late Offers. A company not in possession of any of the above referenced FAR clauses may contact this office and the full text will be made available. Any questions or clarifications are to be submitted in writing by 6 September 1997, and any questions or clarifications received after this date may not be considered. Offerors that download the IFB must monitor the CBD Web Site for potential changes to the acquisition. IFB amendments, and questions and answers concerning the solicitation, will be posted exclusively on the CBD Web Site. All posted information will clearly display its date of posting. Offerors are reminded of the requirement to acknowledge all amendments in their bid. For contracting questions please contact Miranda K. Firth at (505) 846-4670. For technical questions, please contact Randy Green at (505) 846-7023. E-MAIL: click here to contact the contract specialist; Miranda Firth, firthm@plk.af.mil.

Loren Data Corp. http://www.ld.com (SYN# 0512 19970902\SP-0015.MSC)


SP - Special Notices Index Page