SOLICITATION NOTICE
36 -- Wheel Saw
- Notice Date
- 5/15/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
- ZIP Code
- 39180-6199
- Solicitation Number
- W81EWF21161365
- Response Due
- 5/25/2012
- Archive Date
- 7/24/2012
- Point of Contact
- Kimberly L. Dulaney, 601-634-3954
- E-Mail Address
-
USACE ITL, GSL, EL, CHL, Vicksburg
(kimberly.l.dulaney@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Requisition Number W81EWF21161365 is being issued as a request for quotes (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is a 100% set-aside for Small Business Concerns under NAICS Code 333120 (SIC3650) with a size standard of 750 Employees. All cost associated with delivery to Vicksburg, MS shall be included in the quote. The Airfields and Pavements Branch (APB) has been tasked by the U.S. Air Force Civil Engineer Support Agency (AFCESA) to improve the excavation and saw cutting rates of thick airfield-quality concrete when repairing bomb-damaged pavements. The APB has evaluated several commercially available excavators, backhoes, and saws for their performance and efficiency. A full-scale concrete model was built at the ERDC to simulate real life high-quality airfield pavements for the equipment testing. After testing on the full-scale concrete model, APB has determined the wheel saw characteristics that meet the requirements for expedient airfield damage repair. The USACE, Engineer Research & Development Center, Airfields and Pavement Branch, Geotechnical and Structures Laboratory (GSL) has a requirement for the following: Line Item 0001: Wheel Saw, Quantity 5, Unit: Each, Unit Price: _______, Total Amount_______ The requirements for each wheel saw are as follows: 1.The ability to cut on both Portland cement concrete and asphalt concrete is required for the wheel saw. 2.The wheel saw should be compatible with the existing airfield damage repair equipment inventory of track loaders (Caterpillar 277C and 279C high flow machines). 3.The maximum depth of cut should be 18 in. with the saw, and the depth should be adjustable via a control in the track loader. 4.The width of the wheel should be 3 in. 5.The wheel saw should have at least 64 wheel saw teeth per blade that are replaceable. The teeth should be made with carbide tips. 6.The wheel saw shall have a hydraulic side-shift travel of 26 in., which means that the wheel saw can be moved horizontally to allow for cutting near obstructions and eliminates the need for precise positioning of the machine. 7.The wheel saw drive method shall be piston motor/planetary. 8.The wheel saw must have a quick coupler for quick attachment to the track loader. 9.The wheel saw should have a spring applied, hydraulically released, wet multi disc parking brake so that the saw can stop immediately with a control in the track loader. 10.The wheel torque at maximum pressure should be at least 4,900 ft-lb. 11.The maximum wheel speed at maximum flow should be 115 rpm. Equipment shall be delivered no later than 4 weeks after contract is awarded to the following address: U.S. Army Engineer Research and Development Center CEERD-GM-A 3909 Halls Ferry Rd Vicksburg, MS 39180 Award shall be made to the responsible offeror whose quote is determined to be Lowest Price Technically Acceptable. FAR Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors must include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.225-1, 52.223-18, 52.225-3, 52.225-13, and 52.232-33. Award can only be made to contractors registered in the Central Contractor Registration web page, http://www.ccr.gov. Quotes are due 25-May 2012 by 1200 hrs (12:00 pm) Central Standard Time at ERDC Contracting Office, Attention: Kimberly Dulaney, 3909 Halls Ferry Road, Vicksburg, MS 39180. Quotes will also be accepted by email: Kimberly.L.Dulaney@usace.army.mil. Faxed quotes will not be accepted. For information concerning this solicitation contact Kimberly Dulaney at 601-634-3954, or use the above email address. This requirement is 100% set-aside for Small Businesses under NAICS Code 333120. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF21161365/listing.html)
- Place of Performance
- Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
- Zip Code: 39180-6199
- Zip Code: 39180-6199
- Record
- SN02748886-W 20120517/120516000505-8c9acf1089702e2995344c02e4656a98 (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 |