SOLICITATION NOTICE
79 -- RFQ for 7910-01-156-5306 - RFQ for 7910-01-156-5306
- Notice Date
- 10/12/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Southwest Supply Operations Center (QSDL), 819 Taylor St Room 6A00, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- 7910-01-156-5306
- Archive Date
- 11/2/2010
- Point of Contact
- Richard Alan Craig, Phone: 817-574-2518
- E-Mail Address
-
alan.craig@gsa.gov
(alan.craig@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- RFQ for 7910-01-156-5306 (Electric Floor Scrubbing Machine - with extended scrubbing feature) This RFQ is for a proposed one-time buy. IPD is as follows: NSN: 7910-01-156-5306 SCRUBBING MACHINE, FLOOR, ELECTRIC: Shall be Tennant Co., walk behind scrubbing machine, Model 5700-800D ES(with Extended Scrubbing feature), or equal, with the following requirements and salient characteristics: Electric floor scrubbing machine shall be UL listed. Machine has on-board diagnostics and is 36 volt battery powered system; Operates on a series of six 6 volt DC batteries; Battery charger included. The recovery tank is part of the solution recycling system with internal filtration and vacuum pick-up. The unit shall incorporate an extended scrubbing feature for up to 2-1/2 hours. The solution and recovery tanks are manufactured from rotationally molded polyethylene, frame is high impact reinforced fiberglass, with a 3/16 inch aluminum brush housing. Features: Interchangeable scrub heads Corner edge cleaning Modular construction Parabolic squeegee; easy change capability Adjustable operator's console Infinite variable propelling with on/off brushes and water Cleans a 32" wide path with twin 16" direct driven brushes Machine Dimensions/Weight: Width 34" without squeegee 42" with squeegee Height 43" Length 64" Disc 63" Cylindrical Weight 817 lbs with batteries Brush/Pad Drive System: Brush motor horsepower 0.6 hp Disc 0.75 hp Cylindrical Brush RPM 320 RPM Disc 750 RPM Cylindrical Brush/Pad pressure 0-200 lbs Disc 0-90 lbs Cylindrical Solution Delivery System: Capacity 30 gal Flow rate 0-1.5 gpm Recovery System Capacity 40 gal Vacuum motor 0.8 hp Vac motor CFM 65 cfm Vac motor waterlift 73 in Battery System: Voltage 36 volt Battery amp hour rating 235 AH@20 hrs Battery runtime 3.5 hours Decibel Rating: Operator's position 75 dBa Unit of issue - EA (one complete system in a package). PRODUCT CONFORMANCE. The products provided shall meet the salient characteristics of this description, conform to the producer's own drawings, standards, and quality assurance practices and be the same product offered for sale in the commercial market. The Government reserves the right to require proof of such conformance. MARKING : Shipments to GSA and other civilian agencies shall be marked in accordance with FED-STD-123. Shipments to the Department of Defense (DOD) shall be marked in accordance with MIL-STD-129. PREPARATION FOR DELIVERY : The item(s) shall be packaged and packed to afford adequate protection against physical damage during shipment from the supplier to the first receiving activity. The pack shall comply with the rules and regulations applicable to the mode of transportation. The package shall be the same as that normally provided by the supplier. In the event a pallet or skid is used for shipping, the following notice shall apply: Notice of special requirements for shipment to all countries that have endorsed the IPPC Guidelines for treatment of non-manufactured wood packaging : The International Plant Protection Convention (IPPC) has approved and published on March 15, 2002, "Guidelines for Regulating Wood Packaging Material in International Trade". Countries endorsing the IPPC Guidelines are found at http://www.aphis.usda.gov/ppq/swp/. Additionally, shipments delivered to DOD distribution facilities or freight consolidation points for eventual delivery to or through EU/IPPC countries shall comply with applicable DLA Regulations and Procurement Letter PROCLTR 02-17.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c6cc5070a4a598c5d5064c8fc94d5e6d)
- Place of Performance
- Address: CONUS (see attachment), United States
- Record
- SN02309380-W 20101014/101012233758-c6cc5070a4a598c5d5064c8fc94d5e6d (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 |