SOLICITATION NOTICE
99 -- Direct Push Soil Sampling Machine
- Notice Date
- 7/25/2012
- Notice Type
- Presolicitation
- Contracting Office
- Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- R12PS80395
- Response Due
- 8/6/2012
- Archive Date
- 7/25/2013
- Point of Contact
- Al Phillips Contract Specialist 3034452449 aphillips@usbr.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
- COMBINED SYNOPSIS/SOLICITATION Direct Push Soil Sampling Machine This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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. (ii) This solicitation, R12PS80395 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. (iv) This solicitation is a 100% small business set-aside. NAICS Code is 333298-All Other Industrial Machinery Manufacturing; Small business size standard is 500 employees. (v) This combined synopsis/solicitation is for the following commercial item(s): 0001-Self Powered Unit with standard operators control panel, gauges, emergency shutoff, including tethered and/or remote controls with the following requirements: Engine; Diesel or Gasoline Rubber Tracks with maximum 5 psi ground pressure Hydraulic Hammer for direct push soil sampling operation; minimum 200 ft-lb force or 32 Hz percussion rate Probe Stroke, minimum of 78 inches of travel Down Force, minimum of 35,000 ft-lbs Retract Force, minimum of 47,500 ft-lbs Mast with slide in/out and side to side movement, minimum of 20 inches movement Folding Overhead Mast with minimum of one hydraulic winch of at least 2350 lb capacity Auger Head drive, 2500 ft-lb minimum with 1-5/8 inch hex adaptor Front and Rear leveling jacks or Rear Leveling Jacks with front dozer blade to serve as leveling jack/stabilizer and tool carrier One locking tool box, mounted on the machine Rod Rack, either mounted on the machine or moveable to be carried by the machine. 0002-Tool vise and work surface for sample prep, liner cutter operation, tool assembly and dis-assemble (machine mounted or moveable). Length must accommodate 60" long soil samples. 0003-Machine mounted or portable pressure wash system for clean-up; minimum 25 gallon water capacity. 0004-Two complete sets of Dual Wall Soil Sampling Tooling to be included: Complete set of outer and inner rods, drive caps, retracting adaptors for inner and outer rods, adaptor to connect soil sampling liner to inner rods, outer rod cutting shoes for use with soil sample liner for both clayey soil and sandy soil, and one solid drive tip for use when not collecting samples. Two sizes of sample tooling are requested for direct drive sampling to a total depth below ground surface of 50 ft each. 0004a-One set (50 ft total) with outer rods to be of minimum OD size of 2.25 inches; individual outer and inner rod lengths of 60 inches; with soil sample ID a minimum of 1 inch. Include inner and outer rod holders for use when retracting the inner soil sample string and outer rod string. A minimum of 20 clear soil sampling liners and one liner cutter for use in extracting soil sample from liner. 0004b-One set (50 ft total) with outer rods to be of minimum OD size of 3.25 inches; individual outer and inner rod lengths of 60 inches; with soil sample ID a minimum of 2 inches. Include inner and outer rod holders for retracting soil sample string and outer rod string. A minimum of 20 clear soil sampling liners and one liner cutter for use in extracting soil sample from liner. 0005-Enclosed trailer to transport and store machine and all tooling. Trailer must be a minimum of 12,000 GVWR, have electric brakes, exterior running lights, interior lights, heavy duty frame mounted interior tie-downs, spare tire, roof vent, side access door, and rear loading ramp/door with ramp loading capacity of 10,000 lbs. (vi) Description of requirements for the items to be acquired: This is a not a brand name requirement. (vii) FOB Destination for Delivery to Bureau of Reclamation 6th & Kipling St., Denver Federal Center, Bldg 67, Entrance E-3, Denver CO 80225-0007, preferably delivered by October 1, 2012. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price purchase order to the lowest price offeror conforming to the terms and requirements of the solicitation. (x) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The web site address is https://orca.bpn.gov/. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are b(12), b(23), b(26), b(27), b(28), b(29), b(30), b(31), b(38), b(42), b(47). (xiii) N/A (xiv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) Quotes are required to be received no later than 12:00 pm Mountain Standard Time, Monday August 6, 2012, and must include the following: Company name, address phone numbers, DUNS number, Tax ID number, itemized quote including all shipping and handling charges FOB destination. Quotes shall be delivered via email to aphillips@usbr.gov. (xvi) Please direct any questions regarding this solicitation to Al Phillips at phone 303-445-2449, email aphillips@usbr.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0a4f412fa0528e60fbe808bf02d21567)
- Place of Performance
- Address: Delivered to:
- Zip Code: Bureau of Reclamation-Denver Federal Center6th and Kipling StreetsPO Box 25007Denver, CO 80225-0007
- Zip Code: Bureau of Reclamation-Denver Federal Center6th and Kipling StreetsPO Box 25007Denver, CO 80225-0007
- Record
- SN02814824-W 20120727/120725235825-0a4f412fa0528e60fbe808bf02d21567 (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 |