Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2006 FBO #1702
SOLICITATION NOTICE

12 -- Halmatro Hydraulic Rescue Tool

Notice Date
7/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-06-Q-C009
 
Response Due
7/25/2006
 
Archive Date
8/9/2006
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement FA4861-06-Q-C009 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The NAICS for this solicitation is 423850. The size standard for a small business under this NAICS code is 100 employees. This is a 100% Small Business Set-Aside solicitation. This is a commercial request for the following equipment: Halmatro Hydraulic Rescue Tool. The Rescue Tool must include the main unit and all the following attachments: A. (1 each) COMPACT DUO PUMP: Specifications: Maximum operating pressure 10,500 psi; Motor/Engine Honda GX100 3.0 hp; Pump type (2X) two-stage radial piston pumps; Fuel tank capacity, 1.5 qt.; Usable hydraulic oil contents, 3.2 qt.; Output, First Stage 2 x 131 cu in/min; Output, Second Stage 2 x 27.5 cu in/min; Weight, ready for use 58 lbs; Dimensions (L 19 5/8? x W 13 3/8? x H 16?; Usable temperature range -4 degree F to + 176 degree F. Must Be NFPA COMPLIANT TOOL. Must have two female couplings to except a single hose hookup. B. (1 each) CUTTER TOOL: Specifications: Maximum operating pressure 10,500 psi; Maximum Cutting Force (in cutting notch) 208,000 lbs; Cutting Capacity (NFPA 1936); Max. Opening at Tips, 7 1/8?; Weight, ready for use, 40.5 lbs; Dimensions, Incl. pigtail hoses (L 32 ?? x 10 ?? x7?); Net required Oil volume, 9.9 cu in; Usable temperature range -4 degree F to +176 degree F; must be UL listed tool, NFPA Compliant; have Single coupling hookup. Handle with LED lights. C. (1 each) SPREADER TOOL: Specifications: Maximum operating pressure 10,500 psi; Max. Spreading Force (at back of tips) 19,595 lbs; Max. Spreading Force (NFPA 1936, HSF) 12,925 lbs; Min. Spreading Force(NFPA 1936, LSF) 8,800 lbs; Max,Pulling force (NFPA 1936, HPF) 11,200 lbs; Max, Pulling force (NFPA 1936 LPF) 6,225 lbs; Max. Spreading Travel 27 ??; Weight, ready for use 42? lbs; Dimensions, Incl. Pigtail hoses (L33? x W 11 ?? x 8?); Oil Volume required for Opening 26 cu in.; Oil Volume required for closing 17.3 cu in.; Net Required oil Volume 8.7 cu in.; Usable temperature range -4 degree F to +176 degree F; must be UL listed tool, NFPA Compliant; Have single coupling hookup. Handle with LED lights. Spreader tool also includes: 1. Spare spreading tip (two each required), 2. Cutting tip (two each required), 3. Set of pulling tips with hooks, 4. Set of pulling chains with hooks. D. (1 each) TELESCOPIC RAM: Specifications: Maximum operating pressure 10,500 psi; Max. Spreading Force, 1st section (NFPA 1936, HSF) 49,145 lbs.; Max. Spreading Force, 2ND section (NFPA 1936, HSF) 18,210 lbs.; Max. Spreading Travel 29 ??; Spreading Travel, 1st section 15 ??; Spreading Travel, 2nd section 14?; Max. Length extended (with crossheads) 50 ??; Closed Dimensions, incl. Pigtail Hoses (L 21? x 16 ?? x 6 1/8? ); Weight, ready for use 40 lbs.; Oil Volume required for Opening 96. cu in. ; Oil Volume required for Closing 18.9 cu in.; Net Required Oil Volume 77.5 cu ins. ; Usable temperature range -4 degree F to +176 degree F; Have single coupling hookup. Include one ram support. E. (1 each) TELESCOPIC RAM: Specifications: Maximum operating pressure 10,500 psi; Max. Spreading Force, 1st section (NFPA 1936, HSF) 49,145 lbs.; Max. Spreading Force, 2ND section (NFPA 1936, HSF) 18,210 lbs.; Max. Spreading Travel 11?; Spreading Travel, 1st section 6 1/8?; Spreading Travel, 2nd section 4 7/8?; Max. Length extended (with crossheads) 23?; Closed Dimensions, incl. Pigtail Hoses (L 12? x 16 ?? x 6 1/8? ); Weight, ready for use 27 lbs.; Oil Volume required for Opening 38. cu in. ; Oil Volume required for Closing 7.5 cu in.; Net Required Oil Volume 30.5 cu ins. ; Usable temperature range -4 degree F to +176 degree F; Have single coupling hookup. Include one ram support. F. (2 each) HOSE ASSEMBLIES Specifications: Single hose; Maximum working Pressure, 10.500 psi; Material of Thermoplastic with KEVLAR Reinforcement; lengths, one 32? Orange in color, one 32? Blue in color; Must be NFPA compliant. G. Unit to come with 1-year maintenance service. H. Unit price includes shipping and handling. I. Unit to come with 12 Hours of training (6 hrs per shift) Pricing shall include delivery FOB destination to 98 RANW Bldg 85 Creech Air Force Base Indian Springs NV 89018, and installation. If submitting like or equal items, product literature must be submitted with the quote. Quotes should be in the following format: price for each item independently, price for combined line items, including shipping cost FOB destination, and installation. Award Basis: Best Value. The following factors will be used to evaluate the offer: meeting the specific requirements of this acquisition, price, and delivery schedule. The award shall be made in the aggregate. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation-Commercial Items, is also applicable. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I and 52.223-4, Recovered Material Certification. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items {Defense Federal Acquisition Regulation Supplement (DRARS) Deviation}; Recovered Material Certification; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3 Protest After Award; DFAR 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DEFAR 252.204-7004, Required Central Contractor Registration; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFAR 252.225-7002, Qualifying Country Sources as Subcontractors; 5352.201-9101, Ombudsman. All contractors must be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quotes are due on or before 4:30 p.m., Pacific Standard Time, on 25 July 2006. Electronic quotes are acceptable. Fax the quote (including Reps and Certs) to 1Lt Micah O?Neal at (702) 652-5401 or e-mail to micah.oneal@nellis.af.mil.
 
Place of Performance
Address: 98 RANW, Bldg 85, Creech Air Force Base, Indian Springs, NV
Zip Code: 89018
Country: UNITED STATES
 
Record
SN01095962-W 20060725/060723220146 (fbodaily.com)
 
Source
FedBizOpps 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.