Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
SOLICITATION NOTICE

25 -- Furnish and install side fold boom with heavy duty cutter assembly on Government furnished tractor - FAR 52.212-3 - Quote Sheet

Notice Date
5/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423820 — Farm and Garden Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, George Washington & Jefferson National Forests, 5162 Valleypointe Parkway, Roanoke, Virginia, 24019, United States
 
ZIP Code
24019
 
Solicitation Number
AG-3395-S-11-0016
 
Archive Date
6/30/2011
 
Point of Contact
Sherry D Helmick, Phone: 540-265-5112, Rene VanDenHeuvel, Phone: (540) 265-5191
 
E-Mail Address
shelmick@fs.fed.us, rvandenheuvel@fs.fed.us
(shelmick@fs.fed.us, rvandenheuvel@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Submit quote on this sheet Offeror Representations and Certifications clause - must be completed and returned with quote sheet. SYNOPSIS: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations, 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. This combined synopsis/solicitation is being issued as a Request for Quotation (RFQ) # AG-3395-S-11-0016 for a boom type rotary mower to be furnished and installed on a government furnished tractor. DESCRIPTION OF REQUIREMENT/SPECIFICATIONS: Interested sources shall submit a lump sum price for the following: Fabricate, furnish and install a 21.5 ft Side Fold Boom w/Heavy Duty cutter assembly on a government furnished chassis described below and return current government furnished vehicle to full factory specifications. General- It is the purpose of the following specification to describe a self propelled, hydraulically driven, boom type rotary mower, which shall mow forward and right of the right rear tire, and extend by means of articulated, two section boom. This unit shall be constructed to receive a heavy duty 50" rotary boom mower, no substitutes will be accepted. The unit shall be of the manufactures current production model, meeting or exceeding the terms of these specifications. Unit shall also be guaranteed against defects in workmanship and material for a period of 1 year. Safety Specifications-Unit shall meet or exceed the following industry standards, SAE J232, J115, J517, J920, J1150, J1170, ANSI/ASAR S441.1, EP363.1, S390, S203.13, S217.11, S278.6, S318.14, S483, ASTM A370. A compliance report shall be available upon request. Cutting Head-Cutting width shall be 50" of actual cut. Cutting head deck shall have 100,000lb rated steel housing, w/full length replaceable skid shoes on inner and outer ends. Cutting head shall have 435 degrees of combined rotation. Cutting head shall weigh not less than 785 lbs. Cutting head shall have a hyd operated shield actuated by a 2x8 cylinder, controlled from within cab. Cutting assembly shall be rotary and hyd driven. Cutting head shall be attached to a spindle by (6) 5/8 grade 8 bolts w/tapered bolt protectors. Cutting assembly shall be 27.25" solid 1" thick steel elliptical disk w ¾ thick full length bolt protectors. Cutting assembly shall accommodate 2 ¾" x 6" x 17 ¼" 360 swinging, single edged brush knives attached to the dish with larger, extra heavy duty blade bolts that are 1.75" shanked, 5 5/8" shouldered with keyway Spindle- Spindle shall be one piece 8630 steel, mounted in straight FAG roller bearings. Spindle power to cutting assembly shall be 6.5" in diameter at its largest area x 13" long, w/bearing diameter of 2.755" w/minimum of 4.5" between bearing centers. Spindle shall be direct coupling with splined end. Spindle housing shall be attached to the cutting head so as to absorb 240,000 lbs of shear strength, and distribute this load over an area of 169" (2). Minimum spindle speed is 1500 RPM Boom Specifications-Mainframe of mower is properly braced to rear axle and front axle housing to absorb side torque and impact of severe applications. A hardened plan bearing having not less than 37" (2) of bearing surface shall support the boom. The base plate shall have an integral swing cylinder attachment point and be constructed of not less than 1" thick and 100,000 psi (T1) steel Specifications required-Boom swivel bracket shall be triple anchored w/1" thick T1 steel. All 3 anchors shall have 360 degree grease groove hardened spring steel replaceable split bushings. All 3 anchors shall each be equipped w/a grease zerk. Wheel weight shall weigh not less than 1,400 lbs, mounted on the left rear wheel (specifically excluding frame mounted weight). Inner boom structural tube shall not have less than the following sectional properties: Torsional 74.9" (4), bending (horizontal) 60.1" (4), and bending (vertical) 23.8" (4). The outer boom shall be constructed of not less than 3/8" 100,000 psi T1 steel. Outer boom structural tube shall not have less than the following sectional properties: Torsional 25.0" (4), bending (horizontal) 22.1" (4), and bending (vertical) 11.7" (4). The outer boom shall be constructed of not less than 70,000 psi 6" x 4" x ¼" tube and reinforced with not less than 3/8", 100,000 psi T1 steel. Boom dimensions are measured from the ground level and the tractor centerline. Boom reach out (b) is 21'.11", boom reach in (d) is 6'.2", Boom height (a) is 19'.3", boom depth (c) is 14'. Boom reach, height and depth may vary depending upon tractor and or the tire configuration. A poly carbonate lexan window shall be installed to provide safety protection for the operator. It should be installed in place of the standard cab glass Hydraulic Cylinders-Boom shall have a hydraulically operated maneuvering cylinder for horizontal movement of the cutter head. Cutter head shall have the capability of moving 26 degrees forward and 28 degrees rearward with limited relief protection. All cylinder mountings shall have replaceable, hardened bushings, of the greasable type. All cylinders are heavy duty industrial type, nitro steel rod welded. Secondary boom cylinder shall have a spherical bearing on the rod end. Hydraulic lift cylinders shall be mounted on the top of both arms. Boom shall have 2 double acting cylinders, and 1 single acting cylinder w/accumulator. Specifications required-Electronic joystick w/a 4/5 bank electro-hydraulic proportional, load sensing, and manual over-ride at operator position. Hydraulic oil reservoir shall have a minimum capacity of 65 gallons. Hydraulic oil reservoir shall be filled to a maximum manufacture specified level. Hydraulic reservoir shall have a minimum of one fill sight glass. Hydraulic reservoir system shall be used as the power source for rotary cutting head. Hydraulic oil reservoir shall have a filter w/min 10 micron element, 75 GPM rated. Hydraulic oil reservoir shall have a restriction gauge visible to the operator while seated. Hydraulic oil suction shall be unrestricted 1.5" ID (specifically excluded shall be the suction filter and screens). Hydraulic oil pressure and return system hoses shall be 1" ID high pressure unrestricted. Hoses shall have a burst pressure 4X working pressure. Hydraulic oil pressure, return and lift system steel hydraulic lines shall be mounted at the rear of the boom arms. Wire braded reinforced hydraulic lines with additional chafe protection (exterior conduit of type) shall be used at all flexible positions on the boom arm. (Hydraulic hoses/tubes shall not be allowed inside the boom arms). Pump drive shaft attached to tractor crankshaft or PTO drive shall have a rating of not less than 180HP. Pump drive shaft powers hydraulic pump for power to hydraulic motor. Hydraulic pump and motor shall be gear type with cast steel housing and steel gears. (Specifically excluded shall be aluminum pumps, motors, and aluminum gears. Hydraulic pump shall have a rating of 98HP input. Hydraulic motor shall have a rating of 99HP. Hydraulic oil to the power center head shall not pass through a restriction causing valve while operating the cutting head. Main hydraulic control valve shall be non restrictive, electric solenoid type, w/starter lockout switch and hydraulic brake. Hydraulic valve shall not cause restriction to generate drift while in the off position. Tractors hydraulic system shall supply oil for the mower lift system. The mounted PTO driven motor shall have a protect cage mounted in a manner to prevent impact damage to primary drive motor and lines GOVERNMENT-FURNISHED PROPERTY: Forest Service will provide a 2000 John Deere Tractor, FS ID 6821, serial number 0000L06310N289918. The currently installed boom shall be removed and the new boom axe installed. Government vehicle will be inspected from top to bottom, repairing all systems to factory specs. Price to include trade value of old boom axe assembly, and new boom axe with Hyd operated shield actuated by 2x8 cylinder w/in cab cnt, heavy duty cutting assembly, electro in cab joystick controller. Also to include dealer installed lexan screen on right side of tractor and PTO drive motor protector. PICKUP AND DELIVERY: Vendor shall pick up John Deere tractor (FS ID 6821) from 229 Brush Mountain Road, Blacksburg VA 24060 and return it to same location upon completion of boom axe installation. Desired completion date is 45 days from date of pick up from stated location. EVALUATION INFORMATION: Quotes will be evaluated using the following factors: 1. Technical capability of product to meet Government requirement. 2. Price: Governments evaluation will include total cost to the Government, including pickup and delivery charges to and from the Contractors fabrication/installation facility. 3. Past performance of contractor. Technical and past performance, when combined, are equal to price. Contractor shall provide information on these evaluation factors. Government shall inspect and approve the boom axe type before it is installed. A fixed price contract will be awarded from this solicitation. SET-ASIDE: This solicitation is a Total Small-Business Set-Aside. The applicable NAICS code is 423820 and the small business size standard is 100 employees. PROVISIONS AND CLAUSES: The following provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50 effective May 15, 2011. They are applicable to this solicitation and are incorporated by reference. All FAR provisions and clauses may be viewed on the web at: https://www.acquisition.gov/far/ FAR 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008). The following addenda is provided to this provision: FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (APR 2011). Complete only paragraph (b) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (c) through (o) of this provision shall to be completed. This clause can be downloaded from the following website http://www.arnet.gov/far/. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2011); the following FAR clauses are applicable as listed in 52.212-5. FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003) FAR 52.219-28 Post Award Small Business Program Representation (APR 2009) FAR 52.222-3 Convict Labor (JUN 2003)) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010) FAR 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (JUN 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) QUOTATION SUBMISSION AND RESPONSE TIME: Submit pricing information on the attached Quote Sheet; including company name & address, DUNS number, Federal TIN, narrative response to non-price evaluation factors, and Representations and Certifications (FAR 52.212-3) if you are not registered in ORCA as described above. If you are registered in ORCA, please complete and only paragraph (b) of FAR 52.212-3 and submit with your quote. The Representations and Certifications clause (FAR 52.212-3) has been attached as a separate document for your use. Quotes must be received by 3:30 pm EST on Wednesday, June 15, 2011. You can submit your quote by regular or express mail, to: USDA, Forest Service, Attn: Sherry Helmick, 5162 Valleypointe Parkway, Roanoke, VA 24019-3050or fax your quote to 540-265-5109. Offerors may submit product literature of the offered products and information that addresses the above required specifications. SPECIAL NOTE: Successful contractor must be registered in the Central Contractor Registration Database (www.ccr.gov) prior to award of contract. Contact Sherry Helmick at 540-265-5112 or shelmick@fs.fed.us, or Anna Bryant at 540-265-5115 or ambryant@fs.fed.us if you have questions regarding this solicitation or to confirm receipt of your faxed quote. Contact Rene VanDenHeuvel at 540-265-5191 if you have questions regarding the technical specifications of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/3434/AG-3395-S-11-0016/listing.html)
 
Place of Performance
Address: 229 Brush Mountain Road, (Montgomery County, VA), Blacksburg, Virginia, 24060, United States
Zip Code: 24060
 
Record
SN02456709-W 20110527/110525234743-c0d975336241e1bcec11984b374df86a (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.