Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 5,2000 PSA#2594

U.S. Department of Energy, Southwestern Power Administration, PO Box 1619, Tulsa, Oklahoma 74101

23 -- GROUND EFFECTS VEHICLES, MOTOR VEHICLES, TRAILERS & CYCLES SOL 00SW48458 DUE 051700 POC Contact Paula Cheney, Contract Specialist 918-595-6661 or Mary Harter, Contracting Officer 918-595-6669. WEB: Southwestern Power Administration, http://www.swpa.gov. E-MAIL: Southwestern Power Administration, cheney@swpa.gov. Southwestern Power Administration (Southwestern) has a requirement for two brush cutting machines (BCM). One to be shipped to our Gore, Oklahoma Field Office and one to be shipped to our Jonesboro, Arkansas Field Office, FOB Destinations, No Friday deliveries. Contact Tom Green 918-489-5582 for delivery instructions. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Solicitation Number is DE-RQ75-00SW48458 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-16. The Machines shall be hydraulically operated with a front end cutter head attachment, inclusive and shall meet applicable OSHA standards related to this type of equipment. The machines shall be capable of operating with all four wheel drive and have a hydrostatic propulsion type transmission system with forward and reverse travel speeds of 0-5 mph maximum, for cutting and 0-15 mph maximum, for road travel, with articulating steering for versatile maneuvering capabilities. The machines shall have an overall height of not more than 126" and an overall width of 100" with a total weight of 31,000 pounds maximum and a total length of 348" cutter head inclusive. They shall have a ground clearance of 20" minimum and 24" maximum. They shall be compatible for being hauled on a regular low boy trailer on any state, county, or local roadway without the requirement of permits. The cutter heads shall be front mounted and be bi-rotational with a hydrostatic powered motor, rotary axe type with two "free" swinging blades mounted on a rotating bar, and be capable of operating safely by the operator from within the cab and have excellent operating stability at heights from 30" below grade to 96" minimum height above grade. They shall be capable of cutting a 90" minimum path and trees up to 7" in diameter at grade level. The engines shall be diesel fueled and have an adequate horse power rating, 180 horse power minimum to operate the cutter heads at their rated optimal RPM while cutting brush without being overloaded at the engine's "full load" governed RPM. They shall have an adequate cooling system to operate at extended time intervals in a high dust-brushy outdoor environment and the cooling media containment systems can be cleaned with high pressure air and/or water of dust debris accumulation without any damage and without an extensive amount of preliminary time and labor. The hydraulic reservoirs shall have a minimum capacity of 100 gallons and may supply pumps for the propulsion systems, cutter heads, steering, and lift and tilt devices inclusive. The fuel reservoirs shall have a minimum capacity of 100 gallons of diesel. The reservoirs access fill caps shall have the capability of being locked with padlocks to prevent opening by unauthorized personnel. The rear mounted winches and cable size shall be capable of safely moving the machines, if the machines are incapable of moving through muddy or boggy areas under their own power. The winches shall be a two speed-hydraulically powered unit with 20,000 pound line pull capacity minimum, and furnished with a minimum of 100' of cable. A single operator's station shall be located within the cabs and within convenient reach of the operators with all controls clearly identified by markings highly identifiable by the operators to indicate the equipment motion controlled and its respective direction. The cabs shall be positioned such that the operator has excellent cutter head visibility at all times. Arrangement of the controls shall be in the SAE recommended orientation and shall be such as to provide coordination of hand and foot movements as required. All controls, excluding the steering wheel and position lock-able types, shall be spring loaded to return to the neutral position when released by the operators. Hand throttles, steering wheels, and foot pedals shall control forward and reverse motion of the machine. Rocker switches, joysticks, and foot pedals shall control attachment functions. The enclosed operator's stations shall be equipped with Lexan or an equal type of tinted 1/4" windows and automotive safety glass windshields and have protective screenings so that the operators have protection from flying debris. The side windows shall be capable of opening or removal leaving the protective screens in place for cab ventilation when needed. The operators' cabs shall be of single operator design walk through type, sound insulated, and environmentally controlled, (heat and air conditioning), with a padded adjustable seat and safety seat belt for operator's safety and comfort. The doors shall be lock-able and the windshields shall be equipped with windshield wipers. They shall be equipped with an AM-FM radios and speakers for weather report information and a 10 pound ABC fire extinguisher. Gauges shall be provided for engine oil pressure, hydraulic oil temperature, engine coolant temperature, battery voltage indication, engine hours, engine tachometer, cutter head speed, and speedometers. Indicator lights may be used for low engine coolant, low fuel level, low hydraulic fluid level, filter bypassing, park brake engaged, and differential lock engaged. The machines shall be painted Yellow. The following equipment shall be furnished as part of the machines: Lighting (front & rear); Yellow/Orange rotating safety beacon light mounted on cabs; All terrain logger type tires, or equal with tire seal and pipe cap-type guards on wheels. All tires and wheels shall be the same size and type; One spare wheel with mounted tire each; Engine air pre-cleaners; Engine hood protection guards, Two spare sets of blades, each machine; Belly pan guards integral with frame; Automatic park brakes; Audible backing alarms; and two each Operators and Parts Manuals for each machine. Delivery shall be FOB to each Field Office by the date of August 30, 2000. Responses from firms who believe they can provide these machines should include warranties with full technical documentation and descriptive literature on the machine in such detail to enable the Government to confirm the submitter's capabilities to provide the required type of machine. Publicly available commercial pricing information is also requested in as much detail as possible. Any pricing information submitted that is not publicly available will not be utilized. Technical and commercial pricing information must be received within 15 days after date of publication of this synopsis. Facsimile No. is (918) 595-6656. E-mail address is cheney@swpa.gov . All responsible sources may submit an offer, which will be considered by Southwestern. This acquisition is 100% set aside for small business concerns. The estimated magnitude of this proposed acquisition is between $250,000 and $450,000. The Sic Code is 3531 with 750 employees. The following FAR provisions and clauses apply to this acquisition: 52-212-1 Instruction to Offerors Commercial Items (MAR 2000), 52.212-3, Offeror Representations and Certifications -- Commercial Items (FEB 2000), 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 1999), 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items (FEB 2000). Offerors are to include a completed copy of the provisions at 52.212-3 Offeror Representations and Certifications -- Commercial Items (FEB 2000) with the RFQ. Offerors may request a copy of the clause to be faxed to them. The closing time and date for receipt of proposals is Close of Business 05/17/2000 local time. Estimated issue date of award is 5/30/2000. All sources responding to this synopsis/solicitation shall do so in writing. Telephone requests/proposals will not be accepted. Fax requests will be accepted at the following number: 918-595-6656. Offers mailed in should be addressedto: U.S. Department of Energy, Southwestern Power Administration, 1 West 3rd Street, Williams Tower 1, Suite 1600, Tulsa, Oklahoma 74103, Attn: Paula Cheney. See Numbered Note 1. Posted 05/03/00 (W-SN450764). (0124)

Loren Data Corp. http://www.ld.com (SYN# 0201 20000505\23-0003.SOL)


23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page