Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1998 PSA#2163

Cibola National Forest, 2113 Osuna Road NE, Suite A, Albuquerque, NM 87113-1001

38 -- DREDGER SOL RFQ R3-03-98-36 DUE 090898 POC Greg Martinez, Contracting Officer or Kelly Koeppe, Procurement Technician at (505) 346-2650. E-MAIL: kkoeppe/r3_cibola@fs.fed.us, kkoeppe/r3_cibola@fs.fed.us. POC -- Kelly Koeppe, Procurement Technician, or Contracting Officer, Greg Martinez at (505) 346-2650. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued. The soliciataion document and incorpoarated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. Solicitation number R3-03-98-36 is issued as a Request For Quotation (RFQ) in accordance with FAR Subpart 13.5. This acquisition is a 100% small business set-aside. The standard classification code is 5082, small business size standard is 100 employees. A firm-fixed price purchase order will be issued under the Test Program for Certain Commercial Items. The solicitation line items are as follows: 001: Portable Dredger, quantity of 1 each; 002: 20 ft. sections of SDR series 8 inch discharge pipe with male and female couplings including gaskets and hardware, quantity of 21 each; 003: 8 inch ring band locks, quantity of 20 each; and 004: Floats with attachments for floating 20 feet of 8 inch Polypipe, quantity of 21 each. Discriptive Literature is required. Warranty -- The unit shall be a new production model or a reconditioned model with no more than 500 hours of use. The unit shall be covered by a fully inclusive warranty (including materials and workmanship) for a minimum of 2000 hours or 2 years. Delivery -- The unit shall be delivered and off-loaded to Lake McClellan, (approximately 30 miles south of Pampa, Texas.) Price shall include delivery, off-loading, and setup. The Government may require postponement of delivery for up to 6 months after the award date. The successful bidder will have a maximum of 120 days to deliver the unit once the notice to proceed has been issued by the government. Training -- A minimum of 40 hours of hands-on operations and maintenance training shall be provided by the contractor, once the dredge is in place and operating. Scheduling of training shall be coordinated with the Government prior to delivery, and shall take place within 60 days of delivery. Operation and Parts Manuals -- A minimum of three (3) operations and parts manuals will be provided. Operations manual shall contain complete operating instructions, including lubrication requirements and trouble shooting. Parts manual shall show relationship of parts to allow repairs, and shall included schematics of both the electrical and hydraulic systems. Safety Equipment -- The following safety equipment shall be provided: Two Large adult size life jackets -- U.S. Coast Guard approved, Type III. Two mounted marine type fire extinguishers -- Ten pound Type A CO2 or dry Chemical Safety rails and chains. Spare Parts -- The following spare parts shall be provided: Engine oil filters -- two, Engine fuel filters -- two, Engine fan belts -- one set, Engine alternator belts -- one, Female Couplers -- two, Male Couplers -- one set, Cutter blades -- one set, and Pillor block bearings, Timken or approved equal -- two. Delivery and Service -- The Government shall be notified 10 days prior to delivery. Upon delivery, the unit will be completely assembled, adjusted, clean, and serviced, including antifreeze protection to -40 degrees F. in the cooling system, and 50 gallons of fuel in the fuel tank. Size -- The unit shall be no more than 9 feet wide and 10 feet high when transporting. Engine -- The engine shall be diesel powered with a minimum brake horsepower of 260 at 2200 r.p.m. (S.A.E. J1349 standard conditions 29.61 in. of Hg. and 77 degrees F.) Dredge Pump -- The variable capacity pump shall be capable of 2000 gallons per minute at 140 feet of head (fresh water). A pump curve showing head capacity, efficiency, and brake horsepower for specified speeds shall be submitted with the bid. The pump shall have a minimum 6" discharge and suction diameter, and shall be capable of passing a 5 1/2 inch sphere. Boom Lift -- The boom lift must be hydraulic. Hydraulic System -- The hydraulic system shall have filter elements to protect system from contaminants. Gauges for monitoring system pressures and relief valves for system protection shall be provided. System shall consist of a pump system design to seperately operate the main dredge pump, a tandem pump to operate the cutter assembly and propelling winch, and a gear pump to operate the boom. Cab -- The unit shall be fitted with a one person minimum all weather cab to permit continuous operation of the unit. The cab shall include the following: a) Interior upholstered with a sound absorbing material. b) Tempered safety glass windows on at least three sides. c) Operator's console containing all gauges, and boom control. d) Cushioned seat with back support. e) Heater. f) Lights for work, navigation and accessories. g) Locking hinged door and sliding side window. Propulsion System -- The unit shall have a transverse speed of at least 34 feet per minute, forward and reverse. The unit shall be capable of cutting in both directions at a speed up to 10 feet per minute. Protective Finishes -- The dredge shall be sand blasted, primed, and finished with a minimum of two coats of epoxy paint (or approved equal) with a total thickness of 10 mils. All surfaces at or below waterline shall be painted with a minimum of two coats of coal tar epoxy (or equal) with each coat being a minimum of 7.5 mil thickness. The deck shall be a non skid finish. Lifting Eyes -- The unit shall be provided with lifting eyes capable of withstand the weight of the entire unit for loading, launching, and maintenance. Cable and Harnesses -- The contractor shall furnish all necessary ropes, cable, hardware, and tensioning and anchoring devices necessary for proper operation of the dredge. Floating Platform -- The floating platform shall meet all Coast Guard requirements including weight limits, flotation, lighting, and navigation lights. Discharge Pipeline -- The contractor shall provide a minimum of 25 feet of SDR series 8 inch discharge flexhose with floats with male and female couplings including gaskets and hardware. The pipe material shall be ultra-high molecular weight, high density polyethylene and shall comply with ASTM classification Type III, Class III, PPI designation PE 3408 or equal. The contractor shall also provide ten 8 inch ring band locks and six (8 inch minimum) discharge flexhose assemblies in 10 foot sections with floats, couplings, gaskets, and hardware. Items shall be shipped FOB Destination. FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items is applicable. The following factors shall be used to evaluate offers using the Best Value Method: (1) Technical Capability (includes product literature, technical features, delivery and warranty provisions); (2) Price; and (3) Past Performance. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items must be completed and included with offer. The following FAR clauses apply to this acquisition: 52.212-4, 52.212-5, 52.203-6, 52.203-10, 52.222-26, 52.222-36, 52.222-37, 52.225-3, and 52.225-9. For information regarding this solicitation, contact Greg Martinez, 505-346-2650. Vendors wishing to respond to this solicitation should send their responses to Contracting Officer, Cibola National Forest, 2113 Osuna Road NE, Suite A, Albuquerque, NM 87113; be sure to reference the solicitation number listed above. Offers must be in writing accompanied by by the completed representations and certifications or they will be rejected. Facsimile and telegraphic offers will not be accepted. Offers are due no later than September 8, 4:30 p.m. local time. Posted 08/18/98 (W-SN238625). (0230)

Loren Data Corp. http://www.ld.com (SYN# 0271 19980820\38-0001.SOL)


38 - Construction, Mining, Excavating and Highway Maintenance Equip. Index Page