SOLICITATION NOTICE
23 -- SPECIALIZED SNOW REMOVAL EQUIPMENT - U.S. COAST GUARD AIR STATION CAPE COD, MA
- Notice Date
- 8/15/2007
- Notice Type
- Solicitation Notice
- NAICS
- 336120
— Heavy Duty Truck Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 300 Metro Center Boulevard, Warwick, RI, 02886, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSCGG1-07-R-3ED241
- Response Due
- 8/31/2007
- Archive Date
- 9/15/2007
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations 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 HSCGG1-07-R-3ED241 and is issued as a Request For Proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. The applicable NAICS code is 336120. The resulting contract will be a firm fixed price contract. This solicitation is being issued under full and open competition procedures. ISSUE DATE: 08/15/07. Contractor shall provide all labor, materials, equipment, transportation, supervision and disposal to provide and deliver a carrier type, rider operated, multi-propose, specialized heavy duty truck/tractor capable of airport runway snow removal & maintenance. All pieces of equipment shall be from the same manufacturer and all equipment shall be new. Base Line Item 001: Vehicle with Aux Engine, Broom & Blower Systems, and Plow Head System: Est. Qty 2 Ea. Unit Price: $____________ Total: $______________ Option Line Item 002: Option 001: Vehicle with Plow Head System assembly only: Est. Qty 2 Ea.. Unit Price: $____________ Total: $______________ General Description: Technical requirements for a carrier type, rider operated, multi-propose, specialized heavy duty truck/tractor capable of airfield runway snow removal & maintenance. Line Item 001 vehicles shall be equipped with an Auxiliary Engine that is diesel powered rated at sufficient horse power (minimum of 700HP) to drive a rotary snow blower capable of 3000 tons of snow per hour while casting 150 feet or driving an 18 foot rotating broom assembly. Aux engine shall also have 110 volt block heater with land line connection and automatic shot temperature protected ether start system. Both the drive engine and the auxiliary engine shall be from the same manufacturer. Option Line Item 002 vehicles do not require the auxiliary engine, but shall be equipped with a 12 ft underbody scraper with all controls for the scraper operated in the cab. Ice scraper to have multiple controlling features including linkage to front plow discharge, stowage position, and life/lower control. Scraper shall be pressure protected to prevent operator from lifting axels off the ground and shall have replaceable wear pads at high rub points. A removable (not permanently attached) ballast system to maximize traction is required for this equipment. All vehicles shall be equipped with the following: Powered by diesel engine with minimum 470 horse power (Cat C13 or equal) and capable of plowing 2? of 30 lb / cubic foot snow at 35 mph.. Contractor shall list top rated speed of vehicle; Transmission shall be an Allison RDS Gen IV 4 speed automatic or of equal rating; Two speed transfer case with speed protected gear shift lock out and automatic locking/unlocking differential, including pressure lubrication pump for top shaft; All wheel drive with power assisted steering; Vehicles shall have all wheel steering which includes the following feature: 2 wheel front steer, coordinated 4 wheel steering, crab steer, and independent rear wheel steering; Fuel system with large enough capacity to supply fuel continuously to engine and aux engine for a period of not less than 8 hours while operating at its rated horsepower; if saddle tanks are used then single fill pipe is required with crossover piping; Negatively grounded electrical system and installed in accordance with current state of the art practices and industry standards with heavy duty self regulating alternator having sufficient output of capacity that exceeds the anticipated electrical load including an on board trickle type charger with 110 volt connection. A minimum of 3500 cold cranking amps is required. System shall have a master battery shut of system; Aux engine will have a similar electrical system; Lighting system including reflector and clearance lights with standard equipment currently used by the manufacturer; Task oriented lighting capable of lighting those areas to be cleared; lighting includes headlights, hid plow lights, rotating beacon, dual tail and brake lights, turn signals, spotlight, reflectors, marker lights, engine compartment, interior cabin lights and backup lights; Cab compartment with state of the art instrumentation normally found in trucks of this kind including procedures that include on board trouble shooting and diagnostic messaging on dash. Other features include improved cab visibility, communications systems, interior lighting and mitigation of noise and vibration; power adjusted driver seat with folding jump seat for second passenger; heater-defroster with electrically heated reverse slope windshield, washer system for wiping front, rear, and side windshield, 75 % of front windshield to be wiped by wiper system. Additional window wipers on left and right side door windows, power roll down windows; cup holders and coat hooks; am/fm radio, and wiring and a location for a government installed 2 way comms radio; Wheels, rims, and tires with a rated carrying capacity at least equal to the loads imposed on them by a fully loaded vehicle at each wheel; spare rim and tire assembly shall be provided; Vehicle shall be factory primed and painted, with the top coat painted yellow; Hydraulic system with appropriate rams, pumps, piping, fittings, valves, controls, relief system, fluid reservoirs, cooler and other fittings and parts essential to its full operation; filter system shall conform to the SAE standards; Air brake system with electronic antilock brake system, 4 sensor 4 modulator type with air dryer, cable air tank drains, and chassis engine driven compressor. Base Line Item 001 to include the following Blower, Broom, and Plow Head Systems: Blower System: Impeller mechanically driven; Electric over hydraulic engage clutch with engine speed safety lockout; two speed drop box with neutral with safety shift lockout; Drop box to include exterior pressure lubrication pump; Helically cut gears; Flat cast to right; Spot cast/loading chute required for snow placement and/or truck loading, including minimum 240 degree horizontal rotation, discharge chute extension/retraction for proximity placement, tipper extend/retract; Removable and replaceable on site; Impeller rotate left/right without interference with spot cast chute; 30 inch impeller chute extension, if available, to be provided, not installed on vehicle; UHMW polyethylene impeller housing and spot cast chute liner installed; Diameter of impeller no less than 59 inches with five replaceable blades; Shear pins NOT located in snow path; Blower head drive prop shaft to be quick disconnect type; as an example, one connected by two swing bolts with drive key system for easier connect/disconnect; Blower ribbon hydrostatically driven; Head hydrostatics driven by variable displacement 180 cc pump minimum direct drive from auxiliary engine; Pump displacement to be electronically controlled, manual cables not desired; Ribbon dual motor drive for torque, one on each end of ribbon/auger; Center drive not acceptable; Reversible from cab; Minimum width of head 102 inches, diameter of ribbon no less than 52 inches; Hydrostatic protection, Minimum two speeds for ribbon for each speed in drop box (impeller gearing); Rubber tired caster wheels and tires (2 minimum); full 360 degree rotation required; automatic weight transfer to front axle for improved handling; float position available for operational flexibility; Steel cutting edge; Abrasion resistant skid shoes behind face of blower; 5 sets of spare shear pins required with blower. Broom Head System: Interchangeable with blower head by means of hook hitch system; 18 foot brush minimum consisting of two 9-foot sections; Maximum 2 inch gap between left and right sections; Angling minimum 35 degrees; Dual motor drive, one drive motor on each end of broom, fixed displacement piston type motors; Idler cog linkage between left and right sections; 46 inch minimum diameter with new brush; 50/50 alternating poly/wire wafers installed on broom head; Arrangement for broom side plate extension to allow core removal/replacement, without breaking hydrostatic line connections; Pattern adjustment controls; Deflector shield, adjustable from cab; Left/right control from cab sharing same joystick as plow and blower; Lift/deploy control from cab sharing same joystick as plow and blower; Active snow shedding hood, electric over hydraulically actuated from cab required; Weight transfer system required; Forced air blower unit not required.: Plow Head System: 20 foot (plus or minus 6 inches) overall moldboard length at the cutting edge; Poly moldboard with supporting steel backing skeleton; 50 inches tall minimum at center of moldboard; Flared end sections required to a minimum height of 72 inches; Steel cutting edge; Dual pneumatic casters, one set left, one set right; Hook hitch to be provided to interchange with broom and blower; Deflector flap full length of moldboard attached to upper extremity of moldboard; Left/right swing controlled from cab sharing same joystick as broom and blower; Lift/lower controlled from cab, sharing same joystick as broom and blower. Option line Item 002 to include only the Plow Head System. General info: Pressure relief system for swing, lift/lower, loading chute controls. Blower System, Broom System and Plow assembly should be able to lift to attach quick hitch required to fit all three working heads required. Provide minimum lift by two hydraulic cylinders and powered by hydraulic pump driven by Chassis engine. All change outs should be able to be controlled from the cab. Operation, Parts, and Maintenance Manuals: The Contractor shall provide an original and two copies of an operation and maintenance manual for the specific equipment purchased. As a minimum this manual shall include; A step-by-step operators guide for performing operations in a safe manner; A manufacturers commercial parts list for all components. The list shall include as a minimum, for each component and part, the manufacturers part number, source of supply, disassembly and assembly instructions, and orientation to adjacent components; A manufacturers suggested preventive maintenance schedule (PMS) including a checklist for daily, weekly, monthly, quarterly, semiannual, and annual PM checks. The schedule shall describe the procedure, tools necessary to perform the procedure, disassembly and assembly instructions, and diagrams of lubrication/check points. Operator training on site shall be provided. Manufacturers Warranty: The equipment manufacturer shall provide a warranty that shall include, but not be limited to, provisions for the Government against defects in manufacturing, constructing, assembling, and testing. The warranty shall be in accordance with the standard industry warranties. In addition to the minimum warranty cited in the technical specifications, indicate any extended warranties that are offered as part of your proposal. Service: List the name and phone number of the potential service representative for Coast Guard Air Station Cape Cod. Please describe what services they provide, how long their company has been in operation, & whether or not they will perform warranty work. Discuss how Air Station Cape Cod would obtain service if the snow blower broke at 0200 on a Sunday morning; Anticipated maintenance activities and costs: List the anticipated maintenance activities with associated parts costs and labor hours that pertain to the carrier vehicle, broom, blower, and plow for the next 10 years. Assume that the carrier vehicle is used 240 hrs per winter, while the broom, plow, and blower are each used 80 hours per winter. Discuss 5 maintenance features that you have incorporated in your design to either ease maintenance (eg: making parts accessible to the mechanic) or reduce maintenance (eg: using an engine that requires overhauls at 20K hrs instead of 10K hrs.). Provide a list of the top 20 recommend spare parts and quantities that should be kept on hand; Other: List and discuss features that are part of your proposal that is above the minimums set forth in the technical specification or is not specified. Discuss why you are offering that feature which is above the minimum. (As an example, indicate that your cab comes with a CD sound system as standard equipment. As another example, indicate that you are providing a 750 HP second engine as that is the minimum required for satisfactory operation of a 3000 ton / hr blower.); Integration of equipment: Provide cut sheets and / or directions for removing and installing the 3 attachments to the carrier vehicle. Specifically discuss the length of time required to change from one attachment to another. Delivery: The equipment shall be delivered to U. S. Coast Guard Air Station Cape Cod, Otis ANGB, MA 02542. The U.S. Coast Guard point of contact is Mr. Bill Wilbur at 508-968-6501. The equipment shall be delivered assembled and tested as specified prior to acceptance by the Government. The Contractor shall be present to receive any and all materials shipped to air Station Cape Cod. The USCG shall not be used as shipping addressee. Offeror will provide it s earliest delivery time. A delivery date of 01 October 2008 is desired. Pricing should include FOB USCG Air Station Cape Cod, MA (Destination). In addition to the technical requirements above, Offerors shall provide the following past performance & company information to aid the government in making a best value evaluation. History of company: Provide a detailed history of the company, including any past mergers, the year the company was created, its founding owners, and any other products or services that you deliver beside snow removal equipment; History of piece of equipment: For the carrier vehicle, broom, and blower; discuss the design year of that piece of equipment, and the anticipated year when the design will be significantly altered again. In one page or less, please discuss what significant improvements have been made to the equipment over the past 10 years; Output of Company: Please list the number of carrier vehicles, brooms, and sweepers sold each year for the last 10 years. This listing should not be an aggregate number. It should be listed per year; References: Please list POCs with phone numbers of 10 references for equipment that was sold between Jan 1, 2001 and Dec 31, 2001. At least 5 of these references should be in the 6 New England States. Some or all of these references may be contacted to determine their satisfaction with your equipment after 6 years of use. The provision at FAR 52.212-1, Instruction to Offerors Commercial*, applies to this acquisition and is incorporated by reference. (*Paragraph c - Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.) The provision at FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) applies to this solicitation. This is best value procurement. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Offerors will provide technical information on the equipment including warranty. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items (Nov 2006) with their proposal. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007), and the clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (June 2007) apply to this acquisition. Evaluation factors: The Government will evaluate offers in response to this request and will award a contract to the offeror, whose offer is most advantageous to the Government considering price and other factors. Evaluation factors are in order of importance: Technical; see line item for details, Past Performance: Refer to company history for detailed information, and Price; Provide detailed breakdown of equipment provided with total cost provided above. The Government intends to make award without discussions; therefore, proposals shall be submitted initially on the most favorable terms. Evaluation of Options (July 1990): Except when it is determined in accordance with FAR 17.206(b) not to be in the Governments best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). Option for Increased Quantity?Separately Priced Line Item (Mar 1989): The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 90 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. The date for receipt of proposals is 08/31/2007 at 4:00 PM local time. Address all offers to: Jerry Fortin, USCG-CEU Providence, Contracting/Inspection, FED Bldg 5215, USCG Air Station Cape Cod, MA 02542-5024, Phone: (508) 968-6499, Fax: (508) 968-6640, E-mail gerald.j.fortin@uscg.mil.
- Place of Performance
- Address: Bourne, MA
- Zip Code: 02542
- Country: UNITED STATES
- Zip Code: 02542
- Record
- SN01373256-W 20070817/070815220540 (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 |