Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2003 FBO #0611
SOLICITATION NOTICE

38 -- ROAD SWEEPER

Notice Date
7/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
M67400 MCB CAMP S. D. BUTLER, FAR EAST PSC 557 BOX 2000, FPO AP 96379
 
ZIP Code
96379
 
Solicitation Number
M6740003T0886
 
Response Due
8/20/2003
 
Archive Date
9/19/2003
 
Point of Contact
KEI YAMANOHA 011816117457642
 
E-Mail Address
Email your questions to Click here to contact contract specialist email
(yamanohak@mcbbutler.usmc.mil)
 
Description
This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is not a small business set-aside; any responsible source may submit an offer. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation number M67400-03-T-0886 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45 and Defense Acquisition Circular 91-11. The NAICS code is 237310. The agency need is for: ITEM 0001 QTY: 1 UNIT TYPE: EACH ROAD SWEEPER (G3410 RUNWAY SWEEPER) OR EQUAL ITEM GENERAL DESCRIPTION The sweeper shall be an regene rative air type with broom assist pick-up head and leaf pressure bleeder, capable of sweeping streets, curbs and gutters, runways, taxiways, ramps and parking areas. The sweeper shall be mounted on a diesel powered, conventional cab/chassis. GENERAL SWEEPING WIDTH Pick-up heady only: 87 inches (2210mm) With 1 gutter broom: 110 inches (2795mm) With 2 gutter brooms: up to 142 inches (3606mm) CAB/CHASSIS-CONVENTIONAL GVW: 29,000lbs (13,000kg) min Frame: 50,000-psi min Engine: Diesel, 175 HP min Transmission: Automatic Alternator: 100-amp min Batteries (2): 12V; 1100 CCA, maintenance Free Wheelbase: 152 inches min Fuel Tank: 50 gal, Shared with Sweeper Engine Tires: (2-front,4-rear),Tubeless 11R x 22.5 min Steering: Integral Power assisted, with Dual 18 inch steering wheels Instrum ents & Lights: Full package as required, manufactures standard Air Conditioned Cab: Manufactures standard Front mounted Magnet: Manufactures standard CONTROLS Inside cab (lighted): Pick-up head, gutter brooms, ignition and tachometer (aux engine), voltmeter, low water warning system (dust control), all safety light, hour meter, pressure bleeder. Outside cab: Dump SWEEPER AUXILIARY ENGINE, DIESEL Displacement 276 cubic inches min Horsepower 80@2,500 RPM (60kw) min Oil Filter Spin on, full flow BLOWER, RUBBER LINED Aluminum alloy high volume open face turbine Bearings: (2) sealed lifetime lube, anti-friction Housing: Abrasion resistant, with replaceable liner Driver: Heavy duty power band DUST SEPARATPOR Type: Cyclonic, multiphase, centrifugal separation Location: Axial to blower within hopper s uper structure Particulate removal: Through shimmer slot into hopper Inspection: Hinged door, opened form hopper exterior Housing: Abrasion resistant, with replaceable wear resistant liner HOPPER Capacity (volumetric): 7.3 cubic yards min Capacity (useable): 6 cubic yards Construction: Welded steel plate with integral stiffeners Dumping method: Hydraulic with raker bar PICK-UP HEAD Function: Air blast and suction chamber Width: 87 inches Suspension: 4 spring 2 drag links Skids: Carbide, long life Suction and Pressure hose: 14 inches diameter min Pressure bleeder: Integral for leaf/light material pickup Broom Assist Picl: Up Head (BAH) manufactures standard GUTTER BROOMS DUAL WITH REMOTE TILT Drive: Constant speed on reversible hydraulic motor Adjustment: Adjustable for down pressure, pattern and wear Down pressure: Automatically adjusts to requ irements Flexibility: All directions, integral anti-damage ?swing away? relief valve Safety: Floodlights and parabolic mirrors DUST CONTROL SYSTEM System of water spray nozzles for airborne dust suppression Water pump: Electric diaphragm Reservoir: (Polyethylene) 220 gal min Filter: 80 meshes in per line Low water shut-off/safety shut-off, low water warning light in cab coupled with liquid level sensor Spray nozzles: Around pick-up head (4), Gutter brooms (each) 2, Hopper (inside) (1) HYDRAULIC SYSTEM Operates gutter brooms, dump and pick-head Pump drive: Gear driven from auxiliary engine Pump Capacity: 8GPM min, with 80 mesh suction strainer Reservoir 25 gal min Filter: 10 micron in per line SPECIAL AND SAFETY REQUIREMENTS Amber rear mounted flashing warning lights Amber strobe light with limb guard Auxiliary engine shutdown system Back-up alar m Severe weather wiring Suction inlet liner Water fill hose and rack Water level indicator Rear 6 inch hand suction hose Abrasion protection package Overseas packaging Hopper drain system Tropical Rust proofing Over pack Manuals Marine Corps Marking ITEM 0002 QTY: 1 UNIT TYPE: SHIPMENT SHIPPING AND OTHER RELATED COSTS. See the Packaging and Shipping Information below. PACKAGING AND SHIPPING INFORMATION Defense Transportation System Required/Transportation Administration Retained Preservation, packaging, and packing of equipment shall be for overseas shipment or via the best commercial pack for export shipment to ensure safe delivery to overseas consignee. Equipment shall be given the degree of preservation and packing to afford protection against corrosion, deterioration, & damage during shipment to its ultimate destination. Any shipping container or palletized load exceeding 200 lbs. gross weight shall be provided with skids with a minimum of 3 7/8? clearance for the purpose of handling with forklift device or lifting lugs to allow for ease in loading/unloading. SHIPPING INSTRUCTIONS: CASE ONE (1) (By Using Commercial Carrier) Ship to: ?Door to Door? TCN: TMO MCB S. D. Butler Bldg #401, Camp Kinser Okinawa 901 ? 2100 Japan CASE TWO (2) (a) HOLD CARGO until receipt of consignment and marking instructions from the Procurement Traffic Office. The contractor will comply with shipping and marking instructions issued by the Procurement Traffic Office. Do Not Ship via common carrier without first obtaining shipping instructions and documentation from Procurement Traffic Office at MCLB Barstow Ca. The MC ACA/Procurement Traffic commercial number is 760-577-6901/6842. You can fax a request for shipping instruction to 760-577-6679. The following items are not to be shipped to any CCP: Container Loads (>10,000 lbs and/or 800 cu. ft.) Vehicles Explosives Hazardous items Over dimensions (any dimension that exceeds 72 inches) Perishables Classified or intelligence material Ammunition Items requiring refrigeration Total Pieces of Shipment: _________________________ Total Weight of Shipment: ________________________ Total cube of Shipment: __________________________ (If shipment has been unitized or palletized, indicate number of containers in the unit or on pallet. Shipping containers exceeding 72 inches in any one dimension must be identified.) Oversize Dimensions: length: ______________ width: ______________ height: ________________ IF a container(s) is / are required: 20 ft van: ___Total pcs: ______ wt. ______cu: ______ 40 ft van : ___Total pcs: ______ wt. ______cu: ______ 45 ft van: ___Total pcs: ______ wt. ______cu: ______ (Hawaii Only) (b) Less than truckload shipments (less-than 10,000 lbs. And/or 800 cubic ft), Forward to: Defense Logistics Agency Defense Distribution Depot San Joaquin Tracy Depot, Bldg. 30 CCP 25600 Chrisman Road Tracy, CA 95376 Critical: Annotate complete overseas consignee address and purchase order number on all shipping documents/labels. NOTE: Mark each container with the company?s standard commercial packing label and/or stencil the information contained herein with indelible marking. ALL SHIPMENTS. Forward a copy of your bill of lading as proof of shipment to: Defense Distribution Depot, San Joaquin Documentation Branch P.O. Box 960001 Stockton, CA 92596-0134. PROVIDE ESTIMATED DELIVERY DATE TO FOB POINT: The Government intends to make single award to the responsible offeror whose offer is the most advantageous to the Government considering price (see FAR 52.212-2 below). The following Provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2000), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for acceptability at the lowest price, FAR 52.212-3 Offeror Representations and Certification Commercial Items (Jun 2003), FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2002), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jun 2003), FAR 52.232-33 Payment by Electronic Funds Transfer (May 1999), FAR52.247-34 F.O.B. Destination (No v 1991), FAR52.211-6 Barnd Name or Equal (AUG 1999), Responsible offeror must be active in the Central Contractor registration on in accordance with DFARS 252.204-7004 (NOV 2001). DUNS, TIN, and CAGE Code must be written on submitted quote. Payment shall be made electronically by DFAS Yokota Japan. Full text of http://farsite.hill.af.mil Offers can be faxed to 011816117450963 or mailed to the Regional Contracting Office, Far Easr, Camp S. D. Butler,PSC 557 BOX 2000, FPO AP 96379-2000. Offers must be received no later than 21 Aug 2003, 16:30 Japanese Standard Time. Questions may be addressed to Kei Yamanoha by email at yamanohak@mcbbutler.usmc.mil.
 
Web Link
http://rco.mcbbutler.usmc.mil
(http://rco.mcbbutler.usmc.mil)
 
Record
SN00388959-W 20030802/030731214220 (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.