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