Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2003 FBO #0653
MODIFICATION

38 -- Self-Propelled Road Sweeper

Notice Date
9/9/2003
 
Notice Type
Modification
 
Contracting Office
BLM OREGON STATE OFFICE PO BOX 2965 PORTLAND OR 97208
 
ZIP Code
97208
 
Solicitation Number
HAQ032058
 
Response Due
9/19/2003
 
Archive Date
9/8/2004
 
Point of Contact
Mary Bretz Office Assistant 5038086359 OR952mb@blm.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
Amendment No. 2 A. This previously submitted project was posted on August 27, 2003, and amended on August 29, 2003. B. All references to the date for submission of Quotations are hereby changed to: September 19, 2003 C. The specifications have changed. Therefore, delete the Description and replace with the attached revised Description. Amendment No. 1 has been incorporated. This is a COMBINED SYNOPSIS SOLICITATION for a commercial item prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Request for Quotation HAQ032058 incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-14. Both small and large businesses may submit a quote. The North American Industry Classification System (NAICS) code is 423810 with a small business size standard of 500 employees. This is a firm-fixed price contract for the Bureau of Land Management, Medford District, Oregon. This solicitation has one line item with quantities as follows: Item 1 - Self-propelled road sweeper (includes delivery) 1 each. Award will be on an all-or-none basis. EVALUATION FOR AWARD: Award will be made to the responsible firm whose quote is most advantageous to the Government, price and past performance considered. TECHNICAL SPECIFICATIONS: The road sweeper shall have the ability to work on steep mountain, mostly asphalt roads (some rocked roads) and be capable of traveling great distances. All parts not specifically mentioned which are necessary to provide a complete sweeper shall be included in the quote and shall conform in strength; quality of material and workmanship to what is usually provided the trade in general. ENGINE: Rear mounted, minimum 276 cubic inch (4.5 Liter), 80 HP diesel at 2500 RPM. Diesel engine to be equipped with replaceable wet-type cylinder liners and forged steel, forged dynamically balanced crankshaft constructed of heat-treated high carbon steel. Air cleaner to be dual element dry-type with precleaner at cab height, 12-volt system, minimum 95 Amp. and 750 CCA battery. Alternator, ignition key start and variable speed governor. Fuel tank to be a minimum 21 gallon and have an aluminized coating applied to the interior to prevent rusting. Engine shall be completely covered with hinged solid metal cover and be lockable. INSTRUMENTS: All gauges to be assembled on a common dash with easy visibility from operator's seat. To include hour meter, tachometer, oil, water temperature and fuel gauge. Traffic horn with horn button inside steering wheel and reverse alarm, with a minimum of 102 decibels. TRANSMISSIONS: Fully hydrostatic, with speeds infinitely variable to a minimum of 30 MPH. A 10-micron suction filter will provide oil to the hydrostatic pump. Hydrostatic transmission shall be a closed loop, variable speed direct engine driven pump, with a fixed displacement motor coupled with a two-speed manual transmission, to provide gradability minimum of up to 45?. Closed loop cooling through the oil cooler. Foot control shall be used for forward and reverse, as well as dynamic braking. Hydrostatic control to be spring loaded to return to positive neutral position when foot is removed. This prevents inadvertent movement when sitting stationary, with the engine running. FRAME: Solid weld heavy structural steel, minimum 6" channel front and rear bumpers. Certified OSHA approved rollover protection structure and canopy with rear view mirror. STEERING: Open center orbital type power steering unit, with power beyond and dead steering capabilities. TIRES: Minimum tire size shall be P235/75R15 radial, on 6"x15" steel automotive grade wheels. All wheels must interchange front and rear. BRAKES: 4-wheel self-adjusting hydraulic, with dual master cylinder, for safety backup. A mechanical type parking brake with indicator light shall be furnished. WEIGHT: The weight of the unit excluding optional equipment shall be a minimum of 5,000 pounds. OVERALL LENGTH: Minimum length shall be 170" for stability. OVERALL HEIGHT: Minimum height shall be 100" including ROPS and cab. OVERALL WIDTH: Maximum of 96" for transport. RADIUS: Maximum inside turning radius of 13.5 feet. BRUSH SCORE: Brush score shall be constructed for use with 32" diameter wafer type brush segments, 10" in diameter by 8" in length, filled with polypropylene wafers or combination steel wire and polypropylene wafers. Brush to be powered by hydraulic motor independent of travel speed, with direct drive motor located inside brush core. A heavy duty shock absorber to be installed on core support frame to maintain core balance. Full-length rubber shield shall be provided to deflect flying debris from damaging other parts of the sweeper. Brush assembly shall have a wrap-around type metal shield the length of brush core and covering 140?. SWEEPING ANGLE: Unit shall be capable of sweeping angles to a minimum of 45? left to 45? right. A turntable of a minimum 41" turntable constructed of plate steel a minimum 5/8" steel supported by 9 heavy-duty roller bearings shall be provided for even brush wear and core balance. BRUSH MOUNTING: Brush shall be mounted in such a manner that it is "pulled" permitting it to "float" through a range of a minimum of 15" to follow the contour of the pavement plus able to be locked in any position, for extra heavy sweeping. OPERATOR CONTROLS: Joystick control shall be located on operator's station and shall include controls for engine ignition, stop, brush rotation, raise, lower, float or lock brush in any desired position. In addition, any optional equipment controls shall be located for the convenience of the operator. BRUSH HYDRAULICS: The rear transmission pump shall have as a minimum a D-type gear pump, with a built in priority flow divider to provide steering, with power-beyond capabilities which power a tow-spool valve to control the lift, float, down pressure and sweeping angle. The exhaust port of the flow divider supplies oil to a single spool valve that controls the brush rotation of a minimum of 200 rpm. A screen, minimum 100 mesh, for oil exiting the tank and a filter, minimum 10 micron, for oil returning to the tank. Hydraulic tank shall be a minimum 21 gallon capacity with a sight level, temperature gauge and have an aluminized coating applied to the interior, to prevent rusting. Tank shall be a separate unit and not part of the sweeper frame. Shut-off valves shall be located on the hydraulic tank to close while changing filters. FRONT AXLE: The front axle shall be oscillating type, with hydraulic drum brakes and a minimum tread distance of 65". Axle shall be mounted to a heavy-duty bolster, which oscillates on a center-mounted pin, connected to the front bumper. REAR AXLE: The rear axle shall be truck type powered by a fixed displacement hydrostatic motor through a two-speed gearbox. Low gear to provide sweeping power and high gear for the road. Minimum road speed shall be 30 MPH. Rear axle to have a minimum 3,500 pound load-carrying capacity. PAINT: To be prime painted, with a rust inhibitor primer and two (2) finish coats, of lead free two-part urethane orange paint, with an automotive finish. MANUALS: Awardee shall provide Parts Book and complete Operator's Instruction Manual. SPECIALTY EQUIPMENT: 1) Lights including two headlamps, stop, tail and turn signals with controller and flasher (including 4-way flashers). 2) Amber beacon or strobe light. 3) Cab with heavy-duty tinted safety glass, right and left full view doors, door locks, windshield wiper, padded insulation, floor mat, roll-over protection structure, heater and defroster fan, windshield washer, pressurized air conditioner and West Coast mirrors. Deluxe suspension seat with gas shock absorbing. Additionally, any openings on the floor of the cab must be sealed, with a rubber boot, rubber grommet or like material to inhibit dust from entering. 4) Air conditioning system shall have a minimum 35,000 BTU cooling capacity, with a minimum 29,000 BTU condenser. Condenser shall be mounted below the back window. Roof or radiator mounted condensers are not acceptable. Air conditioner must have an exterior remote filter system. AC system shall incorporate a pressurized system with a blower fan. 5) Front scraper blade to be 7? feet in width by 25 inches in height and hydraulic angle of a minimum 22 degrees left to right, with hydraulic lift and float. A hydraulic two-spool control valve to be mounted inside cab, within easy reach of the operator. Moldboard to be equipped with a replaceable 6 inch cutting edge, adjustable heavy-duty trip springs and quick couplers on hydraulic lines. Due to the additional weight from the scraper blade, bidders will provide certification on rollover protection structure, in accordance with SAE J1040. 6) Brush watering attachment shall have an 8 foot galvanized spray bar and electric pump, with mesh strainer, a minimum of 8 spray nozzles, and a back-flow valve to prevent drainage when not in use. Tank shall be 150 gallon low profile polyethylene tank, with vented filler cap. 7) Tilt and telescoping steering column. 8) Spare tire with mount. 9) Front fenders. 10) Audible engine alarm. WARRANTY: A minimum one year warranty on all parts, materials, and labor shall be provided. DELIVERY AND ACCEPTANCE: Sweeper shall be delivered FOB destination within 60 calendars days from date of award at the Medford District Office, 3040 Biddle Road, Medford, OR 97504. Inspection will be visual and acceptance will be made upon the Government's determination the requirements of these specifications have been met. APPLICABLE FAR CLAUSES AND OTHER PROVISIONS: The following FAR provisions apply to this RFQ and are incorporated by reference: 52.204-6 Contractor Identification Number -- Data Universal Numbering System (DUNS) Number; 52.212-1 Instruction to Offerors - Commercial Items; 52.212-2 Evaluation - Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items (Note: offerors must include a copy of the provisions at 52.212-3 with quote -- this can be obtained at http://www.arnet.gov/far); 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 Alternate II (including 52.203-6, 52.2l9-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, and 52.225-3); 52.232-33. Offerors shall submit signed and dated quotes for Item 1 either on a SF1449 or letterhead stationery. Quotes shall be sent to Bureau of Land Management, Branch of Procurement (OR952), 333 S.W. First Avenue, 4th Floor, Portland, OR, 97204 COB (3:30 p.m. local time) on or before September 19, 2003. FAX quotes will be accepted at 503-808-6312.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=LM142201&P_OBJ_ID1=552172)
 
Place of Performance
Address: Medford District, Oregon
Zip Code: 97504
Country: USA
 
Record
SN00430221-W 20030911/030909213450 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.