Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

32 -- Concrete Core and Beam Saw

Notice Date
9/15/2016
 
Notice Type
Presolicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
R16PS01784
 
Archive Date
10/1/2016
 
Point of Contact
Mary Henderson, Phone: (303) 445-2437
 
E-Mail Address
mhenderson@usbr.gov
(mhenderson@usbr.gov)
 
Small Business Set-Aside
N/A
 
Description
The Bureau of Reclamation (BOR) intends to Solicit for Concrete Core and Beam Saw. This requirement will be solicited as full and open competition. BOR is requesting a Firm-Fixed Price contract with a delivery date of 10/14/2016. The applicable North American Industry Classification System (NAICS) code is 332710 - Machine Shops. The requirements are as follows: 1.0 INTRODUCTION 1.1 This contract shall provide for the requirement of an Automatic Concrete Core and Beam Saw. 1.2 CGSL tests many concrete cores each year. Cores have to be cut to a specific length according to their diameter to meet ASTM testing standards. Currently, cutting is done with manually operated concrete saws that requires an operator to run the saw. The operator has to load the core onto a platform and then push the platform against the saw blade to cut the core. Using an automated saw will require much less labor and be safer for the operator. 2.0 SERVICE REQUIREMENTS 2.1 Cut concrete cores that are about 6-inches in diameter. 2.2 Cut concrete cores that are about 6-inches in diameter. 2.3 Have a method to securely hold concrete cores in place during cutting. 2.4 Handle cores up to 27.5-inches long. 2.5 Cut concrete beams and slabs. 2.6 Provide fixed positions and reference blocks to obtain common cutting dimensions. 2.7 Be capable of repetitive cuts with minimal carriage stroke. 2.8 Operate under automatic controls to automatically advance the blade as it cuts through the concrete. 2.9 Be capable of manual operation. 2.10 Have adjustable cutting speed, before and during cutting, and adjustable cutting sequence (sample lock, blade start, carriage start with required speed, fast return to home and sample unlock) through touch screen display and CPU control. 2.11 Have easily accessible On and Off buttons for easy starting and stopping of saw. 2.12 Dynamic braking for immediate stopping of blade when switched off. 2.13 Interlocks to ensure safe operation. 2.14 Have automatic retraction of blade when cutting is complete. 2.15 Include a saw blade capable of cutting concrete. 2.16 Include a water cooling system for blade. 2.17 Have a large base plate with sturdy legs capable of holding heavy samples. 2.18 Have a stainless steel table. 2.19 Operate on 120, 240 volt, or 480 volt single or 3 phase, 60 Hz power. 2.20 One year Warranty. Re-furbished or re-manufactured equipment is not acceptable. 2.21 FOB Destination and includes all appropriate accessories to meet requirements, packing, and shipping The solicitation and any amendments to the solicitation will be available through the Federal Business Opportunities (FBO) (www.fedbizopps.gov) website. The extent of the work will be described in the solicitation. As a result of this Pre-solicitation notice, the Department of the Interior, Bureau of Reclamation, anticipates releasing the Request for Quote (RFQ) on or about 15 September 2016 on fedbizops.gov. The due date for receipt of quotes will be specified in the RFQ. This requirement will be solicited and awarded using the method outlined in FAR Parts 12 and 13. The resulting contract will be a firm fixed price contract. The contract delivery date will be 10/14/2016. No further information will be available before the solicitation is posted. Offerors are required to have an active record in the System for Award Management (SAM) to be eligible for contract award. Offerors may register on SAM at https://www.sam.gov. Written questions may be submitted to Mary Henderson via email at mhenderson@usbr.gov. Only written questions will be accepted and addressed. Contracting Office Address: Denver Federal Center Building 56, Room 1040 Denver, Colorado 80225 United States Primary Point of Contact: Mary Henderson mhenderson@usbr.gov Phone: 303-445-2437
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5049599f1ea892ff28c9d9ad745047d7)
 
Record
SN04274528-W 20160917/160916000712-5049599f1ea892ff28c9d9ad745047d7 (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  © 1994-2020, Loren Data Corp.