Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2002 FBO #0293
SOLICITATION NOTICE

45 -- Trailer mounted sewer jetter.

Notice Date
9/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
MWR - Black Hills Contracting - Mt Rushmore National Memorial Box 268, Hwy 244 Keystone SD 57751
 
ZIP Code
57751
 
Solicitation Number
Q1505020120
 
Point of Contact
Chris Esper Procurement Technician 6055743153 Chris_Esper@nps.gov
 
E-Mail Address
Email your questions to Point of Contact above or IDEASEC HELP DESK
(IDEAS_EC@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications: Vendors may propose equipment components other than those specified. In those cases the Vendor should identify in their proposal how each individual component is equal to, or superior t= o the specification. 1. General. The intent of these specifications is to describe = the minimum requirements for a new trailer-mounted, high velocity, water jetting machine designed to remove grease, dirt, and other foreign materials from sanitary and storm sewer pipes. Standard product items shall be removed only when necessary to install other items in lieu thereof to comply with these specifications. The water jetter shall have a total water capacity of 250-350 gallons. 2. Diesel Engine. Engine shall be diesel powered, four cylinde= r, overhead valve, liquid cooled, and heavy-duty industrial type with alternator and solid-stage ignition. Displacement will be 113.3 cubic inches producing 42 HP (or approved equal). Engine model number and manufacturer must be identified. Engine shall have 12 volt electrical system; replaceable type oil-filter cartridge; positive crankcase ventilation system; keyed igni= tion switch; ammeter/voltage meter; coolant temperature gauge with over-temp= shutdown; oil pressure gauge with low-pressure shutdown; electric throt= tle control; spark arrest type muffler. All instruments are to be mounted on a control panel at the rear of the= machine, in easy view of the operator. A clutch shall be provided to disengage the high-pressure water pump without affecting the operation of the hydraulic system. A control lev= er shall be located on the operating end of the unit to engage the clutch.= Engine fuel tank shall have a capacity of approximately 16 gallons and be located outside the engine compartment. Fuel gauge may be cap mounted. 3. Pump. The pump shall be rated at approximately 15 gpm @ 3,6= 00 psi. It shall be a Heavy- duty, positive-displacement, single-acting triplex pump (or approved equal). The pump shall be driven by an industrial grade V-bel= t. Pump model number and name of manufacturer shall be provided. The entire pump shall be accessible for routine inspections and maintenance without removing the pump from the unit. An in-line strain= er shall be located between the water tank and the pump. 4. Trailer. The trailer shall have a frame constructed of heavy-duty 4" channel iron with An A-type hitch frame for stability. A 2-5/16" ball hitch with quick-disconnect Electrical connector and breakaway switch shall be provided. Trailer shall have leaf spring type spring suspension axle with a= 6,000-LB axle rating, 6,000 GVWR. Electric brakes will be provided on both wheels. Wheels shall be six (6) Lug bolt style with load-range C, 15" tires and wheels. RV and mobile home axles and tires are not acceptable. 5. Tank. The water tank shall be constructed of 5/16" ultra-violet stabilized Polyethylene and shall have a tethered lid cover installed on top. Lid cover should be approximately 10". The tank fill system shall have a fitting for 2" hose with fill pipe mounted outside of the tank with an anti-siphon air gap provided between the filler pipe and tank. There shall be a plastic level sight gauge mounted in view of the= operator's station for Ease of viewing to show the amount of water in the tank. An air purge valve shall be Included for cold weather operations. The tank shall be drained and cleaned by a two Inch valve. All fittings shall be spin molded. 6. Controls. All controls shall be within easy reach of the operator to allow operation while standing at one location. The following shall be provided on the control panel: a) Keyed ignition switch; b) Lcking, electronic throttle; c) Colant temperate gauge with Murphy overtemp shutdown; d) Engine oil pressure gauge with Murphy low pressure shutdown; e) Water system pressure gauge; f) Ammeter/voltage meter; g) Hose reel speed control; h) Low water level warning light; and= I) Level wind guide. PTO clutch control lever, water control lever, and level wind hose= guide shall be Located on the operating end of the machine within reach of the operator while Standing at the control location. Unit shall incorporate a Morse= style control for Engaging/disengaging the high pressure pump. Unit shall incorporate at least one 12 volt plug located on the control panel. 7. Piping. High pressure water piping system shall utilize high-pressure rubber hose and double wire. Pump suction and low-pressure return lines to be standard PVC. Piping system shall have drain plugs to allow gravity draining and purging with Compressed air. A 20-mesh screen strainer shall be installed in the suction line and Located for easy cleaning. A heavy-duty pressure relief (stainless steel internal parts) Shall be factory set to 3,600 psi. Water control lever shall allow for recirculating Water back to the tank or to the sewer cleaning hose. Water delivery to the hose reel Shall pass through a 90 degree swivel rotary coupling made of heavy-duty cast iron. Unit shall be equipped with a system recirculation system to allow for cold weather Operation. 8. Handgun System. Piping for the handgun system shall be provided as= standard including a quick-disconnect fitting. One 800 psi handgun with positive pressure trigger, complete with 25" of 3/8" I.D. high-pressure hose, shall be provided with washdown kit. Quick disconnect fitting will be provided. 9. Body. The operating components shall be fully enclosed with 14 gauge steel and with Easily removable safety shields for access to piping, valves, and= hydraulic motor. Clearance and running lights shall be provided and I.C.C. approved. Fenders shall be Provided extending a maximum of 2" outside the body of the unit. They shall be Constructed to support a minimum of 500 lbs to allow the operator= to stand on the Fenders when inspecting the top of the unit. The water tank shall be positioned over the axle to assure the entire unit is level when Completely filled with water. The A-frame area of the unit shall= have expanded Metal to allow for tool placement while the unit is in operation.= Unit shall Incorporate built-in, lockable tool storage with lid. Battery shall be enclosed. 10. Hose Reel. Maximum capacity of the hose reel shall be 600' = of =BD" I.D. high Pressure hose. Unit shall be equipped with 400' of =BD" hose. Hose shall be a Minimum of 4,000 psi working pressure with a bursting pressure of 8,000= psi. A leader hose of contrasting color shall be affixed to working end of jetter hose. Hose reel shall be hydraulically powered in both forward and reverse. It must have Sufficient power to retrieve 600' of hose from sewers. A hydraulic reservoir of approximately 12 gallons and a 10 micron replaceable cartridge-type oil filter shall be provided for severe service in hot weather. Hydraulic pump must be engine-driven and shall be industrial quality. A speed control valve shall be provided at the operator's station for controlling the speed of the hose reel. A built-in overload relief valve and hydraulic hoses rated for 2,000 psi maximum system pressure s= hall be incorporated into the system. A heavy-duty hose guide roller assembly shall be provided to facilitate= the alignment of the hose on the reel. The guide shall be mounted on an arm attached and centered directly behind the hose reel. A roller shall be attached on the hose guide. The water pump and hose will be protected from freezing with an air-purge valve. The valve shall be capable of purging air through the= piping to the water pump and the recirculating line back to the water tank. Unit shall be equipped with an auxiliary hose reel with 150' of 3/8" hose. A foot control shall also be supplied with the auxiliary hose reel. 11. Painting. All metal shall be cleaned and primed before fina= l painting. Unit shall be painted white. 12. Optional Accessories. Root-cutter kit with 4 - 6" saws and skids. Nozzle kit with five nozzles (penetrator, flusher, polisher, degreaser/de-icer, and Impactor). 12. Instructions. One set of operator, maintenance, and repair manuals shall be Included at no additional cost. 13. Warranty. One year warranty. Water jetter shall be free fr= om defects in material and workmanship for one year from date of delivery. 14. Notes. Deviations from the specifications shall be clearly noted in vendor's Proposal with references to specification item number. Attachment of a= product Brochure by itself will not be acceptable and may be grounds for rejection of bid. Bid price shall include delivery to Mount Rushmore National Memorial as= well as training. Selection will be based on price and price related factors. Solicitation will be issued September 17, 2002 and close at 2:00pm MST September 24, 2002. Requests for copies of the solicitation must be obtained electronically on the Department of the Interior website (http://ideasec.nbc.gov). Quotes may be returned electronically via th= e same website or returned to Mount Rushmore National Memorial, PO Box 268, Keystone, SD 57751 by the closing date on the solicitation. HAR= D COPIES OF THE SOLICITATION WILL NOT BE AVAILABLE. Item must be delivered no later than October 31, 2002. The magnitude of this job is= less than $25,000. NAICS: 221320, P&S:4630.
 
Web Link
Please click here to view more details.
(http://www2.eps.gov/spg/DOI/NPS/APC-IS/Q1505020120/NA http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=3DN= P144302&P_OBJ_ID1=3D841901)
 
Place of Performance
Address: Mount Rushmore National Memorial
Zip Code: 57751
Country: USA
 
Record
SN00171377-W 20020921/020919213733 (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  © 1994-2020, Loren Data Corp.