Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 7, 2001 PSA #2931
SOLICITATIONS

37 -- CHIPPER

Notice Date
September 5, 2001
Contracting Office
National Park Service, Haleakala National Park, P.O. Box 369, Makawao, HI 96768
ZIP Code
96768
Solicitation Number
Q8290010209
Response Due
September 17, 2001
Point of Contact
Michelle Brotzman 808-572-4406
E-Mail Address
National Park Service, Haleakala National Park (michelle_brotzman@nps.gov)
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation Number Q8290010209 is issued as a request for quotation. This synopsis/solicitation and incorporated provisions and clauses are those in effect through FAC 97-27. This is small business setaside. The North American Industry Classification System (NAICS) code is 444210. The small business size standard is $5M average annual receipts for the past three years. Haleakala National Park has a requirement for a 12-inch drum type chipper to meet the following specifications: 1: Trailer Mounted: Heavy gauge steel 6 inch box or tubular frame, Single axle, 7,000 lb. Torflex axle with high flotation 16 ply tires, 15 inch wheels (6 lug with 16 ply tires), electric brakes, standard lighting package (brake lights, running lights turn signals etc.), 5,000-lb. top wind jack on tongue, Ball type hitch 2", heavy duty steel fenders with inner walls, and equipped with side stabilizer jacks/manual adjust 2: Capacity: Shall be able to chip 12" diameter material. 3: Engine: Diesel powered minimum of 80 hp; maximum of 100 hp. with live engine driven hydraulic system. Engine shall be equipped with an automatic shut down for low oil pressure or high engine temperature. 4: Throat size: 16" X 20" minimum and 21" X 26" maximum. 5: Instrument panel: Tachometer, hour meter, oil pressure, water and oil temperature. Instrument panel to be mounted on curbside for operator safety 6: Feed system: Dual feed wheels hydraulically driven. In-feed floor and walls shall be: 1) Floor " thick; 2) steel walls " as well as the ceiling. 7: Discharge chute: 1) Side walls shall be " thick steel; 2) top of chute shall be 3/8" thick steel. Chute shall be able to rotate 360 degrees with an adjustable discharge deflector and shall be equipped with a turbine blower system. 8: Feed system: Manual control/auto if standard equipment. Rate of feed shall be 120' per minute, all feed system shall be hydraulically driven. 9: Blades/knifes: Shall be equipped with knife holders not to be directly bolted to drum. Holders shall be machined from T-1 1 " steel. Knifes shall be double edged, interchangeable and constructed of modified A-8 steel 5" wide X " thick. Bolts shall be grade 8 hex head. State Rockwell hardness at edge and bolthole shall be within the following ranges: Bolt: 38 to 48; edge: 54 to 56 hardness. Chipper shall be equipped with set of knifes in chipper and one extra set. 10: Manuals: Owners manual, operators manual, and parts book shall be furnished. 11: Destination: Destination shall be FOB Maui. Delivery time shall be 60 calander days. FAR Clause 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The Government will award a purchase order to the responsible offeror whoes offer is the most advantageous to the Government based on the lowest offered to meet the Government requirment. The offeror is required to submit a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items with it's offer. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commerical Items applies to this procurement, including the following FAR clauses 52.222-21,Prohibition of Segregated Facilities; 52.222-26, Equal Oppurtunity (E.O.11246); 52.222-35, Affirmaitive Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Actions with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Ere (38 U.S.C 4212); 52.225-1, Buy American Act-Balance of Payments Program- Supplies (41 U.S.C.10a-10d); 52.232-34, Payment by Electronic Funds Transfer -- Other Than Central Contractor Registration (31 U.S.C. 3332). Full text of the above-referenced clauses may be found at http://www.arnet.gov/far. Quotations shall be received by Haleakala National Park Purchasing Agent Attn: Michelle Brotzman, P.O. Box 369, Makawao, HI 96768 or by fax to 808-572-4407 no later than 4:30 pm local time September 17, 2001. All inquiries regarding this announcement may be addressed to the attention of Ms. Michelle Brotzman, 808-572-4406.
Record
Loren Data Corp. 20010907/37SOL002.HTM (W-248 SN50W936)

37 - Agriculture Machinery and Equipment Index  |  Issue Index |
Created on September 5, 2001 by Loren Data Corp. -- info@ld.com