SOLICITATION NOTICE
25 -- Supply and install dump truck components
- Notice Date
- 9/8/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- MWR - NEKOTA MABO- Mt Rushmore NM 24290 Doane Mt. Rd. Keystone SD 57751
- ZIP Code
- 57751
- Solicitation Number
- Q130009A051
- Response Due
- 9/14/2009
- Archive Date
- 9/8/2010
- Point of Contact
- Brian Peck Purchasing Agent 6055743132 Brian_L_Peck@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- The solicitation number for this Request For Quote (RFQ) is Q130009A051. 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This acquisition is 100% set aside for small business. The magnitude of the purchase is between $25,000 and $100,000. The associated NAICS code is 336120. The small business size standard is 1000 employees. The Product Service Code is 2590. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Experience, Past Performance, and Estimated shipping and freight costs incurred by the Government. These factors, when combined, are equal to price. All vendors must be registered and current in the Central Contractor Registration (CCR), (http://www.ccr.gov) and Online Representations and Certifications Application (ORCA) (https://orca.bpn.gov). Unless amendments are issued extending the solicitation, the offers are due by 2:00 PM, Mountain Standard Time (MST), September 14, 2009. Point of Contact for this procurement is Brian Peck, Purchasing Agent, (605) 574-3132. Any questions regarding this solicitation must be submitted in writing. Quotes will be accepted via mail, fax, or email. Mailing Address: NPS NEKOTA MABO, 24290 Doane Mountain Rd, Keystone, SD 57751 Fax: (605) 574-9077, Email address: BRIAN_L_PECK@NPS.GOV REQUIREMENTS: The requirements of this project are comprised of the purchase and installation of components/systems on an existing dump truck chassis. The minimum specifications for each component/system are described below. Equipment and components will be installed on the following vehicle: - Year: 2009 - Make: Volvo - Model: VHD64F - 6x4 CAB AND CHASSIS, MIN 62,000 GVWR, Tandem Axle - CT length (cab to trunion): 120 inches Installation shall include all parts, materials, and labor. The Government will arrange and incur the costs of shipments and freight essential to the completion of this project including delivery of the finished product to Badlands National Park. Performance dates are based on the estimated production completion date of the cab and chassis, currently December 11, 2009. The finished product shall be available for shipment within 90 days from date the contractor takes possession of the cab and chassis. LINE ITEM 0001 - HYDRAULIC SYSTEM Hydraulic system is required to operate plow, bed hoist and spreader functions; with live power load sensing capabilities and have pump mounted between the front frame rails. Hydraulic system will raise a fully loaded bed within 25 seconds. And will lower an empty bed within 25 seconds. System will sustain full raised loaded bed without fade. The system must be fully proportional and permit simultaneous operation of multiple functions. Final design will be approved by Badlands National park to determine quality and suitability. Features needed include magnetic drain plug, filter with filter restriction indicator, minimum of suction 100-mesh screen filter, level sensor mounted in reservoir with warning light mounted in cab, valve segments individually serviceable without removing any hydraulic hoses or any other hydraulic valve segments, controls shall be mounted to the right and within easy of the operator, lighting to be solid-state LED technology, the control shall have switch selectable speedometer interrupt (spreader shutdown when vehicle stops), blast feature shall be adjustable in time from momentary to 16 seconds with cancellation. LINE ITEM 0002 - DUMP BODYBody minimum 50,000-PSI steel needed to haul aggregate, rubble, asphalt, construction debris, rock. It shall be minimum 14yd capacity, front to be minimum 60"high, side shall be minimum 36", tailgate to be vertical 36" minimum height, floor shall be one piece " thick minimum AR400 steel minimum strength shall be 180,000-PSI. Body floor shall be designed with a floor to side radius that will not retain material in bed or weaken total strength. Top Rail, horizontal side braces (if required), and bottom rub rail shall be dirt shedding. Lift cylinder shall be 3-stage and trunion mounted. Tailgate shall be equipped with an air trip latch. Body shall include front marker lights in rub rail and LED stop/tail/turn lights and self contained LED amber strobe. Wire harness for body lights shall be sealed, no crimp connections, all connections shall be soldered and shrink tubed or weather proof using OEM components. Body shall be equipped with a cab-shield. Paint preparation shall meet paint manufacturer's surface preparation specifications and be top coated with a 2 part urethane primer 4 mil minimum thickness paint shall match cab. Body shall have a left side mounted pull out ladder with steps up the side of the body LINE ITEM 0003 - SAND SPREADERSlip in spreader needed to spread antiskid materials. Spreader length shall be 13' capacity 7.8 cubic yards' side height shall be 50", body material minimum 10-gage 50,000-PSI sides and ends, Floor and long sills minimum 7-gage 50,000-PSI, Chain shields shall be replaceable, pintle chain shall have minimum 3/8" x 1-1/4"crossbars on every link, conveyor gear case driven by hydraulic motor, spinner assembly minimum 10-gage 50,000-PSI, spinner assembly shall tilt up with the use of a hand winch, ratchet straps shall be provided for front and rear hold downs, channel and pins shall be provided and installed for latching to dump body gate mechanism, sander shall be finished in highway orange paint, sander shall be installed on dump body with all hoses and quick couplers. LINE ITEM 0004 - REVERSIBLE SNOW PLOWFront mounted trip edge plow needed to plow snow at high speed from roads and highways. Plow must have hydraulically variable discharge (vary contour 33" to 51" inside measurement to form multiple tapered shapes independent of plow angle) to control height of snow cast at all speeds. Plow must change angle hydraulically both left and right. Plow length shall be minimum 12' with trip edge; push height shall be 14" minimum. Plow moldboard minimum tensile strength of 8000 PSI. Hydraulics to operate plow shall include Plow Lift, plow angle, plow contour left, plow contour right. The upper leading edge of moldboard shall be reinforced steel. Cutting edge shall be a minimum of " x 6" C1090 steel ASSHO standard punch, backing angle shall be a minimum of 4"x4"x3/4". Plow shall be protected by a cushion valve and be a hydraulic level lift. Plow shall include screw adjustable mushroom shoes. Truck hitch to be low profile, no tilt design with quick attach hitch. Plow shall be installed on chassis with all hoses and quick couplers. PROVISIONS: The following clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions - Commercial Items, FAR 52.212-05 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, FAR 52.232-8, Discounts for Prompt Payment, FAR 52.204-08, Annual Representations and Certifications. For full-text version of these provisions, please use the following Internet link; http://www.arnet.gov/far.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q130009A051/listing.html)
- Place of Performance
- Address: Badlands National Park25216 Ben Reifel RdJackson CountyInterior, SD 57750
- Zip Code: 57750
- Zip Code: 57750
- Record
- SN01944918-W 20090910/090909083439-3def54f58206c67884e21ffef2a2720f (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 |