Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2003 FBO #0704
SOLICITATION NOTICE

38 -- TIMBER GRAPPLES AND ASSOCIATED EQUIPMENT: The following items are being purchased for attachment to and use on a Prentice Model 120E knuckle-boom loader.

Notice Date
10/30/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USA Engineer District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-04-T-0011
 
Response Due
11/14/2003
 
Archive Date
1/13/2004
 
Point of Contact
J.W. Purcell, 615-736-7569
 
E-Mail Address
Email your questions to USA Engineer District, Nashville
(James.W.Purcell@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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 b eing requested and a written solicitation will not be issued. The solicitation number is W912P5-04-T-0011 and is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15. This is a 100% small business set aside. SPECIFICATIONS FOR TIMBER GRAPPLES AND ASSOCIATED EQUIPMENT: The following items are being purchased for attachment to and use on a Prentice Model 120E knuckle-boom loader. Loader is barge-mounted and used to clear drift and debris from area lakes. All i tems must readily connect to the Model 120E loader without special adapters and must fully function according to manufacturer??????s specifications utilizing standard hydraulic power supply furnished from the Model 120E. Design and weight of items specifi ed shall not significantly reduce the Model 120E??????s performance capabilities or exceed Prentice maximum recommended design or performance characteristics. ITEM 1. Timber Grapple: Two each, same as or equal to Kinshofer model KM634, identical items of welded steel construction, hydraulic operated, non-tapered jaws. Grapples shall be furnished with one complete rotator with necessary valve blocks and damping linkages. Rotator shall provide bidirectional continuous rotation. Grapples shall have the ca pability of operating with Item 3, Grapple Chainsaw attached. Combined weight of grapple and saw shall not exceed Prentice recommended weight of grapple attachments for the Model 120E. Grapples shall readily accept adaptor plates for and shall fully func tion when utilized with Item 2, Quick Change Mounting System. ITEM 2. Quick Change Mounting System: One each, same as or equal to Kinshofer model KM505. Quick Change system shall mount between rotator and grapples and allow rotator to be connected to an d disconnected from grapples without bleeding pressure from hydraulic system or physically removing hydraulic lines from one grapple and attaching to the other. System shall provide necessary hydraulic power to operate the supplied grapples and grapple sa w attachment. Design of system shall allow continuous rotation. System shall not reduce capacity of grapples or Prentice loader. System shall be provided with sufficient connections to allow all grapples supplied under this purchase to be utilized with the system. ITEM 3. Grapple Chainsaw: One each, Grapple Chainsaw attachment, same as or equal to Kinshofer model KM638, capable of operating with Item 1, Timber Grapple. Chainsaw attachment shall mount rigidly to timber grapples and function fully on hy draulic power supplied from the Prentice Model 120E. Attachment shall be capable of cutting logs of 20-inches in diameter. Attachment shall be provided with three spare saw bars and three spare saw chains. ITEM 4. Basket-style Grapple: One each, grapp le for loading bulk loose material, same as or equal to Kinshofer model KM642. Grapple shall be designed and constructed such that material can be collected and captured while allowing free displacement and drainage of water. Spacing or openings for wate r drainage in grapple surface shall be no greater than two inches to allow objects as small as a tennis ball to be retained. Capacity of grapple shall be no less than one cubic yard. Grapple shall readily accept adaptor plates for and shall fully functio n when utilized with Item 2, Quick Change Mounting System. Delivery: All items shall be shipped FOB and delivered to Lake Cumberland Resource Managers Office, 855 Boat Dock Road, Somerset, Kentucky 42501. The government will evaluate product literature a nd specifications sent by the offeror to determine if the items presented conform to requirements. The provision at FAR 52.212-1, Instructions to Offerors??????Commercial Items, applies to this solicitation. The offeror shall include a completed copy of the provision at FAR52.212-3, Offeror Representations and Certifications??????Com mercial Items, with the substitution of DFARS 252.225-7000 Buy American Act and Balance of Payments Program Certificate instead of the provision at FAR 52.225-2, Buy American Act??????Balance of Payments Certificate, and include DFARS 252.204-6, Required C entral Contractor Registration. The clause at FAR 52.214-4, Contract Terms and Conditions??????Commercial Items applies to this solicitation. In addition, the clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Or ders??????Commercial Items applies to this solicitation, as do the following additional FAR clauses cited in this clause: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Affirmative Action for Disabled Ve terans of the Vietnam Era (38 U.S.C. 4212); 52.222-36 Affirmative Action For Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.222-7002 Qualifying Country Sources as Subcontractors; 52.232-33 Payment by the Electronic Transfer Central Contractor Registration (31 U.S.C. 3332). The above referenced clauses and provisions may be accessed el ectronically, in full text, at the following website addresses: www.arnet.gov/far, and http://farsite.hill.af.mil, or the full text may be obtained from J.W. Purcell at the address listed below or telephone 615-736-7569. To be considered, quotations shall be submitted to the following address via mail, fax, or email: U.S. Army Corps of Engineers, Nashville District, ATTN: CELRN-CT, P.O. Box 1070, Nashville, TN 37202-1070, fax # 615-736-7124, email: James.W.Purcell@usace.army.mil, prior to 4:30 Central Stan dard Time on 14 Nov 2003. For contractual questions please contact J.W. Purcell at the above listed telephone and email.
 
Place of Performance
Address: USA Engineer District, Lake Cumberland Resource Mgr Office 855 Boat Dock Rd. Somerset KY
Zip Code: 42501
Country: US
 
Record
SN00462289-W 20031101/031030213325 (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.