Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
MODIFICATION

25 -- TYMCO MODEL 600 SWEEPERS OR EQUAL

Notice Date
9/14/2007
 
Notice Type
Modification
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC AMIC/PK, 11817 Canon Blvd, Newport News, VA, 23606-4516, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2QF087219A001
 
Response Due
9/19/2007
 
Archive Date
10/4/2007
 
Point of Contact
Mark Garrette, Contract Manager, Phone 757-225-7706, Fax 757-225-7765, - Mark Garrette, Contract Manager, Phone 757-225-7706, Fax 757-225-7765,
 
E-Mail Address
mark.garrette@langley.af.mil, mark.garrette@langley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
TYMCO MODEL 600 SWEEPERS OR EQUAL This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This combined synopsis/solicitation serves as a request for quote (RFQ). The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-11. This is a total small business set-aside. All responsible sources may submit a quotation which shall be considered. The Acquisition Management and Integration Center, Langley AFB, VA requires eleven (11) Tymco Model 600 regenerative air sweepers or equal. This will be a one year lease with the option to buy with the optional purchase amount of $1,000 per sweeper. A one-time lease payment shall be made within 30 days after acceptance of the order to include the costs of equipment, interest (on the $11,000 residual amount), and delivery. Delivery shall be FOB destination to the following locations: 1 each Mountain Home AFB ID, 1 each Offutt AFB NE, 1 each Shaw AFB SC, 1 each Minot AFB ND, 1 each Barksdale AFB LA, 1 each Langley AFB VA, 1 each Holloman AFB NM, 1 each Dyess AFB TX, 1 each Moody AFB GA, 1 each Davis-Monthan AFB AZ, 1 each Whiteman AFB MO, The anticipated delivery date is on or around 1 March 2008. Equipment parts shall be compatible/interchangeable with Tymco Model 600 parts. The contractor shall provide the requirement as identified in the specifications: It is the intent of these specifications to describe a street sweeper in detail to assure that reliability, design integrity, technical soundness and sweeping performance is provided. The unit provided shall be new, of current and the model and series must have been m production a minimum of five (5) years. Bidder to provide a list of 15 customers currently using the model as bid. All parts not specifically mentioned, which are necessary to provide a complete street sweeper, shall be included in the bid and shall conform in strength and quality of material and workmanship to what is normally provided to the trade in general. The unit shall be delivered completely assembled, serviced and ready to operate. The bidder shall have a qualified service representative in attendance with the sweeper during start up operation to make any adjustments and give instructions to assure proper operation of the sweeper. The sweeper shall be warranted to be free from defective materials and for a period of 12 or 1,000 hours from date of delivery. The unit bid shall be a diesel powered regenerative air mounted on a diesel powered truck chassis such as a Tymco Model 600 regenerative air sweeper. No deviation from specifications will be accepted. -The bidder shall supply two sweeper operator and sweeper parts and service manuals with each unit. -Manufacturer shall have available certifiable training course for complete maintenance and operation of sweeper. Manufacturer must have scheduled a of 25 training courses per year for convenience of customers scheduling. -Bidder shall provide operator procedures on VHS or DVD with the unit. -The entire unit shall be painted with manufacturers standard white paint applied over a suitable primer. Pick-up head, gutter brooms and truck shall be painted black. -The Sweeper power unit shall be a diesel fueled, water cooled, turbocharged Tier-2 industrial engine. Piston displacement not be less than 276 cubic inch developing not less than 99 HP at 2500 RPM and 274 ft. lbs. torque at 1400 RPM. Engine shall be 4 cycle, 4.19 inch bore and 5.00 inch stroke. -Cylinder construction shall be wet sleeve type. -Spin-on replacement type oil filter. - A fuel/water separator shall be furnished. -12 volt ignition, electric starter and minimum 95 amp alternator with charge indicator gauge mounted on control console in cab. -Unit shall have an automatic shutdown system when coolant temperature is too high, coolant level is too low or oil pressure is too low. -Unit shall share a 50 gallon fuel tank and batteries with chassis engine. -Unit shall have a replaceable element, heavy duty dry type air cleaner. -Injector pump shall have centrifugal type speed governor for speed control. -Separation of the dirt and refuse the air shall be accomplished within the hopper by means of a multi-pass cylindrical centrifugal single chamber dust separator with a minimum size of 20" diameter and 61" width. The separator shall be designed so that it will not plug with encountered debris. -The dust separator shall have a minimum 24" x 61" curved, easy to open door allowing inspection and cleaning of the interior. The door shall have an abrasion resistant bonded lining material for long life. -The entire dust separator inlet area shall be lined with a bolt-in replaceable, wear resistant rubber liner for long life. -A 61" x 84" steel screen of not less than 13 gauge shall be provided to allow air to move freely from the hopper into the centrifugal dust separator. -Filters and baffles not acceptable due to increased cost of replacement and cleaning. -Hopper size to be approximately seven and three tenths (7.3) cubic yard volumetric measurement with an operating load capacity of not less than 6 cubic yards. -Dumping shall be accomplished by means of hydraulically actuated cylinders attached to a rear door which shall have a minimum opening of 84" x 44" with a raker bar moving inside hopper as door is opened and closed to debris behind the rear wheels. -Hydraulic cylinder movement shall be controlled with the use of an electric toggle switch located on the side of the hopper so discharging of debris may be viewed during dumping for maximum safety. -The hopper floor shall have a minimum of 22 degree slope. -Hopper door shall be opened and closed hydraulically and be held in the closed position by means of a valve located in the hydraulic dump circuit. -A 9.75? x 29?inspection door be provided on both left and right side of the hopper for easy viewing inside hopper and insertion of large debris. -Hopper shall be maintained airtight through use of rubber seals on all doors and openings. -Hopper suction inlet roof area shall have a bolt on replaceable wear resistant liner 3/8?x11?x10?. -An amber high powered strobe light with candle power, a minimum input of 23 Joules, and 60 flashes per minute shall be mounted on the rear of the hopper roof. The strobe light shall have a protective limb guard. -Two (2) work lights shall be mounted at the rear of the hopper to illuminate the dump area. -Two (2) amber flashing warning lights shall be mounted at the rear of the hopper. -The hydraulic system shall be adequate for use within the design requirements of the sweeper. The system shall include a minimum 25 gallon reservoir, sight gauge, temperature gauge, 80 mesh suction strainer, spin-on replaceable flow oil filter, hydraulic cylinders, gutter broom drive motors, control valves, relief valves, oil cooler, hydraulic hoses and standard fittings. -The hydraulic pump shall be engine mounted, gear driven by the auxiliary engine. -Pressure shall be 2500 PSI maximum for gutter and 1500 PSI for pick-up head and dump door. -Heavy duty, wear resistant, high strength cast alloy turbine type open face blower computer balanced within 4 grams shall be provided to create air pressure and suction. -Blower wheel shall be covered with wear resistant rubber for long life. -Blower shall be mounted on self aligning anti-fiction bearings, sealed and lubricated for life. If bearings are not sealed, then an automatic lube system must be furnished. -Blower shall be driven from PTO off auxiliary engine by heavy duty power belt which shall be adjustable for tension. -Blower housing shall be a bolt on design and shall be lined with a bolt-in wear resistant, replaceable rubber liner for long life. -Blower not to exceed 3000 RPM to insure smooth efficient performance. -A spring balanced all steel fabricated pick-up head with length and width of 87" x 30 I.D. shall be provided. -The pick-up head shall have a separate upper and lower chamber where pressurized air is blasted from upper chamber through an elongated blast orifice to street surface. -Blast orifice flange shall be of bolt-on design so that flange is easily replaced and shall have adjustment mechanism so that blast orifice gap is adjusted without removing pick-up head sweeper. -Pick-up head shall have a 14 inch diameter (minimum) pressure inlet ring located on left side of pick-up head. - A 14 inch diameter (minimum) pressure hose attached between pick-up head and blower housing shall be provided. - A bolt-on pressure inlet ring with turning vanes shall be provided for efficient performance and easy service. -A 14 inch diameter (minimum) suction hose, attached to a quick disconnect transition at the hopper, shall extend down to the right side of the pick-up head and shall be attached to the pick-up head suction nozzle ring which shall be constructed of 1/4 inch steel. -Suction hose shall have a minimum 3/8 inch wall construction for long life. -Pick-up head shall be equipped with 2" wide adjustable side mounted integral alloy steel and carbide runners for maximum pick up ability and long life. Skid runners to be warranted for 2 hours prorated. Runners shall be symmetrical for optimum life. -Pick-up head shall be raised and lowered hydraulically by a single switch on the control panel. -Pressure inlet ring shall be equipped with an adjustable pressure relief for optimum leaf and light debris sweeping; control shall be mounted inside cab. -Dual gutter brooms shall be 43 inch minimum diameter, wire filled vertical digger type for removing debris gutter area. -Gutter brooms shall be hydraulic motor driven and shall be positioned laterally and vertically by one hydraulic cylinder. -Gutter broom down pressure shall be automatically adjusted to load by a pressure sensing sequence valve with gutter broom torque motor. -Each gutter broom shall have adjustment for bristle contact pattern and wear. Each gutter broom shall have lateral flexibility to swing rearward 15" when encountering the impact of an immovable object thus damage to the broom assembly. -Each gutter broom shall have a spring adjustment to allow downward compensation for bristle wear and shall be floating to follow street contour. -Each gutter broom shall be held in the up and transit position by use of an electric lock valve attachment. Upward motion of gutter broom shall be regulated by an adjustable flow control valve. -Each gutter broom shall be controlled from inside the cab by a single electric toggle switch. -The right gutter broom shall additionally incorporate a hydraulically actuated tilt capability of 27 degrees, remotely controlled from the operator's seat to allow instant adjustment for debris removal from deep gutters (such as those resulting multiple overlays of blacktop). -Water tank shall be 220 gallon capacity, constructed of recyclable polyethylene for strength and puncture resistance. Tank be 100% rustproof. Tank shall be of bolt-in design for easy removal. Tank shall have a water level sight gauge. -Water from tank to be filtered by 80 mesh cleanable filter located between tank and water pump. -12V electric motor driven pump delivering minimum of 5.0 GPM with a 25 PSI system relief pressure and with an electronic solid state liquid level sensor to automatically shut off pump and turn on low water warning lamp when water is depleted. -Electric solenoid water control valves shall be cab controlled. Spray system shall include spray nozzles to be located as follows: minimum of 4 on outside of pick-up head; 2 for each gutter broom; I inside hopper. Water nozzles to be located on outside of pick-up head and suction tube for easy inspection and superior dust control. -Water tank shall have anti-siphon/anti-pressure filler neck with air gap. -Flexible 20 foot long water fill hose with 21/2 inch coupling for filling water reservoir and hose storage rack shall be provided. Water hose shall include a stainless 100 mesh cleanable filter. -For cleaning remote areas and catch basins, an auxiliary hand hose shall be provided. It shall be eight (8) inch diameter, 10 feet long and have a 52" long metal nozzle. It shall be suspended from a spring counterbalanced swivel boom. -All operating controls for sweeper (except dump control) shall be mounted inside truck cab and readily accessible to the operator in either right or left driving position. -All main electrical systems, i.e. ignition, lights, hydraulic and water shall be separately fused to isolate electrical problems to fused area and speed service. -Auxiliary engine controls and gauges shall be mounted on console panel and consist of, but not limited to, ignition switch, linear actuated throttle, oil pressure gauge, water temperature gauge, volt meter and tachometer. -Sweeper controls, meters and gauges shall consist of, but not limited to, right gutter broom ? left gutter broom, pick-up head, beacon or strobe light, water system and work light lighted paddle type switches, low water light, hour meter and leaf pressure knob. -All external wiring, harnesses and terminations shall be of a sealed, weather-tight design utilizing heat-shrinkable components. Additionally, where feasible, all connectors shall utilize solid, cold-formed, nickel-plated copper alloy contacts with crimps (Deutsch). -Dump control shall consist of a single weatherproof toggle switch located on the exterior of sweeper just above the left side fender well. In addition to the standard specifications in the attached document, the following equipment shall be provided: -Auto Sweep Interrupt (ASI) shall be furnished. It is an electronic circuit that is designed to accomplish the following sequence of operations when the transmission gear selector is, placed into reverse with the ASI set in the Auto mode. I) The auxiliary engine is idled. 2) The water system is turned OFF. 3) The gutter broom is stopped and raised. 4) The pick-up head is raised. -Auxiliary hydraulic system shall be furnished to electrically operate the hydraulic system without auxiliary engine running. [Standard with Auxiliary Hand Hose Hydraulic Boom Assist]; -Dump Switch in Cab is located on the control panel to activate dump operation from inside cab; -Front tow hooks shall be front bumper mounted; -Gutter broom tilt adjuster with in cab controls shall be furnished for the left hand and right hand side; -High output water system shall be furnished with additional nozzles and deflectors strategically located to control extreme dust; -Hopper deluge system with high volume nozzles which attach to a fire hydrant to flush the hopper shall be furnished and shall include quick disconnect fittings on nozzle and filler hose; -Magnet Assembly - Standard Duty, Electrically, Mechanically Controlled: A permanent type magnet having a minimum length of 84 inches shall be mounted forward and parallel to the front axle of vehicle. The height of the magnet shall be adjustable in the range of 2 inches to 10 inches above ground. Provision shall be made for raising magnet electrically to a traveling position with ground clearance of 20 inches minimum. Minimum strength of the magnet shall be as follows: (1) 1 inch ground clearance 530 gauss magnetic strength, (2) 2 inches ground clearance 300 gauss magnetic strength and (3) 4 inches ground clearance 100 gauss magnetic strength. The magnetic assembly shall have means for releasing or dumping debris from magnet All controls for magnet assembly shall be located in the operator cab with the exception of the dump which is located at the magnet The magnetic assembly shall be mounted such that mount or dismount of assembly shall require not more than two man hours with the use of a lifting device and common hand tools; -Slow moving vehicle emblem, reflective triangular emblem, shall be rear mounted; -Spare tire and wheel to match tires and wheels on truck shall be furnished. The chassis shall be an IH 4300 with export engine DT 466. The engine shall run on ultra low sulfur fuel as well as JP8. Additionally, the engine shall also be an ?export? model that can be used in countries that do not require the use of ultra low sulfur fuels. This is a competitive best-value acquisition in which technical specifications (pass/fail) and price will be evaluated. The requirement will be awarded to the lowest priced technically acceptable offeror. All documents associated with this projected requirement will be posted on the FedBizOps website, www.fbo.gov. Please submit your responses by noon EST 19 September 07. The POC for this procurement is Lt Mark Garrette, e-mail: mark.garrette@langley.af.mil. The alternate POC for this acquisition is MSgt. Arlene Davis, e-mail: arlene.davis@langley.af.mil. Provisions and Incorporated Clauses a. 52.212-1 Instructions to Offerors ? Commercial b. 52.212-2 Evaluation ? Commercial Items c. 52.212-3 Offeror Representations and Certifications. Please include a completed form or complete at https://orca.bpn.gov/ d. 52.212-4 Contract Terms and Conditions ? Commercial Items e. 52.247-34 F.O.B. Destination f. 252.232-7003 Electronic Submission of Payment Requests g. 252.246-7000 Material Inspection and Receiving Report h. 52.207-5 Option to Purchase Equipment
 
Place of Performance
Address: 11817 Canon Blvd, Ste 404, Newport News, VA,
Zip Code: 23606
Country: UNITED STATES
 
Record
SN01407202-W 20070916/070915194008 (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 |
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.