SOLICITATION NOTICE
43 -- Trailer Mounted Self Contained Vacuum Excavation Unit and Accessories.
- Notice Date
- 6/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- PWR - DEVA Death Valley National Park NPS - Death Valley National ParkAttn: Contracting OfficeP.O. Box 579 / Hwy 190 Death Valley CA 92328
- ZIP Code
- 92328
- Solicitation Number
- Q8132100073
- Response Due
- 7/7/2010
- Archive Date
- 6/16/2011
- Point of Contact
- Phyllis McKiernan Purchasing Agent 7607863285 phyllis_mckiernan@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
- BID SPECIFICATIONSSelf Contained Vacuum Excavation Unit and Accessories.General Description.This specification covers the general requirement for a portable self contained vacuumexcavation unit and accessories used to positively and non-destructively locateunderground utilities. The equipment shall be suitable for hydro-vacuum excavationknown as "potholing" or "day-lighting"; or otherwise excavating to expose buried utilitiesand/or removing debris and water from underground utility vaults. (This process simplyrequires portable high pressure water and a blower driven vacuum.)The portable self contained vacuum excavation unit shall be constructed as anintegrated one-piece trailer frame and debris tank frame to allow a low center of gravityfor safety and ease of dumping. There shall be two water tanks and shall be of thefender-mounted type to allow for optimum balance and weight distribution, overallshorter unit length (versus one mid-mounted water tank), greater water capacity, and alower tongue weight. The unit shall be GVW rated to allow the unit to be operatedwithout the need for a commercial driver's license.The component parts of the unit shall be of proper size and design to safely withstandmaximum stresses imposed by a capacity load, and the manufacturer's rated loads foraxles and bearings must not be exceeded when the unit is loaded with such capacityloads. The unit and all equipment furnished therewith shall be in compliance with allapplicable provisions of the State of California, Division of Industrial Safety, Cal/OSHAand DOT.The equipment shall generally be a minimum 550 gallon debris tank, 450 CFM vacuumwith a minimum 200 gallon high pressure water system with specifications as follows:Power Unit. Gasoline engine, 12 volt electric start, 31 HP for efficient economical operation. Capable of powering simultaneously the vacuum blower and water system totheir full rating. Sound not to exceed 80 dba at full throttle 10 feet from control station.Debris Tank. 550 gallon tank capacity, minimum. Hydraulic hoist, twin cylinder type, to raise tank to dump. Hydraulic full-opening rear door manually locked. Rear door closure to include a minimum of six dead bolts to lock securely the tankdoor to prevent spills. Rear door lock "cammed" to utilize a single handle for ease of door opening andclosing. Vacuum System. Lobe type blower rated at minimum of 450 CFM at 14" Hg continuous withsimultaneous powering of the water system to full rating. Washable bag filtration, 5 micron, to allow wet or dry vacuum capability. Vacuum hose, 33' x 3", Bauer connectors, stowed on rack at rear of debris tank. Nonferrous vacuum tube, 5' x 3", Bauer connectors.Water System. Total 200 gallon minimum water tank capacity with two fender-mounted typewater tanks, 100 gallon each. High pressure water pump, adjustable, minimum of 4.7 GPM at 3400 PSI. Electric clutch to engage/disengage water pump. 5 gallon anti-freeze tank system to protect the water pump. Low water automatic engine shut-off. Lockable water hose reel with a minimum of 50' high pressure hose, rearmounted.Controls. Curb side gauges to consist of vacuum gauge, water pressure, fuel level, manualthrottle, hour meter, water pump on/off switch, engine choke, and low-waterbypass control and two hydraulic tank / door control valves.Trailer. Tandem "Torflex" rubber torsion axles each rated at 6,000 Ibs with a total GVWrating not to exceed 9,900 Ibs and a tongue weight not to exceed 1,000 Ibs. Four tires, ST235/80 R16, load range E. Trailer frame with "u" shaped tail cutout and integrated debris tank frame (versusa utility trailer with a separate bolt-on debris tank) to allow a low center of gravityfor safety and clean debris dumping. Debris tank to pivot at tank sides (versus at bottom rear of tank) for safer tankdumping. Trailer height not to exceed 78" without optional work lights and beacon for lowcenter of gravity. Trailer length and width not to exceed 15' 8" and 6' 8" respectively with a dryweight under 5,000 Ibs for ease of trailering. Adjustable pintle hitch, safety breakaway system. Bolt-on jack stand, 7,000 Ib maximum, with drop-foot extension. Electric brakes on both axles, 6 round electric connector plug, DOT lighting. Painted DOT orange. Accessories. One, low pressure water wand for washing duty. One, high pressure water nozzle, 0 degree tip, for soil emulsification duty. One, 5' x 3" combination tool with Turbo nozzle for one man operation. One, lawn sweep, 16" on 5' tube, for clean-up duty. Frame mounted rack to securely transport all accessories on the unit. Amber strobe beacon and dual halogen work lights with separate switches forselective operation. Training. Bidder shall include the cost of training personnel at the National Park Service,Death Valley National Park maintenance facility. Warranty. In addition to any and all guarantees mentioned elsewhere herein, the biddershall replace, at no expense to the NPS, any materials or equipment thatcontains defects due to faulty material, workmanship, or design, promptly uponnotice sent within a period of one year (unless otherwise specified) after thematerials or equipment have been accepted by the NPS.1 Total Cost of Trailer-mounted Self Contained Vacuum Excavation Unit and Delivery to be one lump sum. Proposed Contract Type: Firm fixed price contract. Proposal Evaluation Criteria / Factors: Award will be made based on Simplified Acquisition Procedures. Quotors/Bidders must review and comply with the FAR Provisions or Clauses that apply to this solicitation. This information is available on the Internet at http://www.arnet.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] past performance supported by documentation and three references. Past performance shall be equal to price in importance; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, a completed copy of the provision at 52.213-3 must be submitted with the bid/offer. Contractor must download from the internet and complete per instructions.; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52232-33 Payment by Electronic funds Transfer - Central Contractor Registration. OFFERS ARE DUE for this combined synopsis/solicitation on July 07, 2010 by 5:30 pm Pacific Time and shall be delivered by that specified time to the National Park Service, Death Valley National Park, Attn: Phyllis McKiernan, Contracting Officer, PO Box 579, Death Valley CA 92328.Emailed or Facsimile Quotations are acceptable with all required documentation; no oral quotations will be accepted. Quotors must furnish the company name, official point of contact name, DUNS number, TIN Number, address, phone and fax number, email address. All questions regarding this solicitation should be faxed to Phyllis McKiernan at 760-786-2474. The Email address for the contracting officer is phyllis_mckiernan@nps.gov.End
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q8132100073/listing.html)
- Place of Performance
- Address: Death Valley National Park579 Cow Creek Service Road, Building CC50Death Valley, CA 92328-0579
- Zip Code: 923280579
- Zip Code: 923280579
- Record
- SN02178841-W 20100618/100616234652-0a0419d574d2aecb1d9bc5a3f5645c2c (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 |