Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2021 SAM #7097
SOLICITATION NOTICE

38 -- Shotcrete Rig

Notice Date
5/5/2021 3:19:41 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
 
ZIP Code
03755-1290
 
Solicitation Number
W913E521Q0015
 
Response Due
5/19/2021 10:00:00 AM
 
Archive Date
06/03/2021
 
Point of Contact
Lisa Bernard, Phone: 2173734425
 
E-Mail Address
Lisa.A.Bernard@usace.army.mil
(Lisa.A.Bernard@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This combined synopsis/solicitation for commercial items is prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested. The solicitation number for this request for this request for quotations (RFQ) is W913E521Q0015. This requirement is a total set-aside for small business concerns. The associated North American Industry Classification System (NAICS) code is 333120 Construction Machinery Manufacturing. Small business size standard is 1250 employees. The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research & Engineering Laboratory (CRREL)�s Engineering Resources Branch has a requirement for One (1) Shotcrete Rig. The Shotcrete Rig should have the following specifications: Quantity�������������������������������������������������������������� �� Equipment & Materials 1 Shotcrete Rig that is a Dry Mix, Rotary Bowl with the following: Gunite C-10 Rotary Gun with options and able to have Variable control Production Rate range � 8 CY/hr (cubic yards per hour) or greater. With option to run lower production rate of 5 CY/hr. Aggregate size range � �� or greater 9 HP Air motor and spur gear drive, premium feed system, wear plate, material hopper with agitator and screen, goose neck assembly and inline air and oil filter. 1 �Water pressure booster pump 5 HP air motor with air filter, air lubricator, and pressure gauge 2� White Strip 1-1/2in ID x 50 ft long aluminum, swivel nut static dissipating hose. 4� Water hose couples 3/4in by 50 ft, red color, GHT fitting 200PSI rating 1� Air hose wire reinforced manifold hose 2� x 50� 20� Rubber wear pads 6��� Felt seals 2��� Gooseneck liners 1-1/2in curved red polyurethane for C-10 model 2��� Dry Mix Nozzle, 1-1/2in complete assembly, Double Bubble black rubber tip with needle valve for water control. 2��� Double bubble tip for 1-1/2in nozzle 2��� Printed copies of all manuals On-site Training on operation of machine is required. 1-year warranty from receipt of product on parts and equipment is required. Shipping: Shipping/delivery should be included in the contractor�s quote; ship to: CRREL, 72 Lyme Rd, Hanover, NH 03755. Frost Effects Research Facility (FERF) of CRREL Hanover Campus. Schedule: Delivery shall be completed no later than 5 months from award date. The schedule will be planned with Technical Point of Contact (TPOC) after award. Contractor shall provide an itemized invoice to the Technical Point of Contact (TPOC), Andrew Bernier at Andrew.P.Bernier@usace.army.mil prior to shipping to verify accuracy and completeness. Please reference the attached RFQ for applicable provisions and clauses.� The Government intends to award a firm fixed-price contract resulting from this solicitation to the lowest price technically acceptable (LPTA) responsible quote.� The following factors will be used to evaluate offerors ability to meet the required technical specifications and price. Please provide responses to this notice, no later than close of business 12:00 PM, Central Standard Time (CST), 19 May 2021 to: Lisa.A.Bernard@usace.army.mil Telephone responses will not be accepted. *Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete representations and certifications.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0d6e5f9d71a241c0b6c6da3ceb8daf97/view)
 
Place of Performance
Address: Hanover, NH 03755, USA
Zip Code: 03755
Country: USA
 
Record
SN05992473-F 20210507/210505230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.