SOLICITATION NOTICE
24 -- Permissible Diesel Mini Track Tractor - Statement of Work
- Notice Date
- 9/8/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- Department of Labor, Mine Safety and Health Administration, Acquisition Management Division (VA), 1100 Wilson Boulevard, Room 2133, Arlington, Virginia, 22209-3939
- ZIP Code
- 22209-3939
- Solicitation Number
- 14-MSHA-EPD-NAT-0073
- Archive Date
- 10/2/2014
- Point of Contact
- Tracey L. Cross, Phone: 202.693.9859
- E-Mail Address
-
cross.tracey@dol.gov
(cross.tracey@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work 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. The solicitation number is: 14-MSHA-EDP-NAT-0073 and is issued as a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-74. This is a small business set aside with an associated North American Industrial Classification System (NAICS) code of 334924, Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing with a small business size standard of 750 employees. The following item is: Contract Line Item No. 0001 - (1) Permissible Diesel machine/tractor Background: The Federal mine Safety and health Act of 1977, Public Law 91-173 states under Sec.502. (a) Training and education: that MSHA shall expand programs for the education and training of operators and agents thereof, and miners. Also under 502 (c) (1), The National mine Health and Safety Academy shall be maintained as an agency of the Department and is responsible for the training of mine safety and health inspectors under section 505 of the Act. It is also stated that training shall be conducted by the Academy in accordance with curriculum needs and assignment of instruction personnel established by the user. Introduction: The purchase of a permissible diesel machine will enhance training conducted at the National Mine Academy. This machine will provide training for all levels of inspectors (entry level, journeymen inspectors and supervisors). The equipment can also be used to train personnel from MSHA's Technical Support Division and the Coal industry. In-depth hands-on training on proper inspection procedures cannot be accomplished without having the equipment present at the training facility. Many questions can be easily answered by the use of this machine including the proper methods to check exhaust gases, and exhaust temperature as required by the inspection procedure handbook. The proper inspection of permissible equipment is a vital part in the prevention of fires and explosions in underground coal mines. The permissible diesel equipment can be either new or rebuilt. Specifications: • MUST MEET MSHA SPECIFICATIONS FOR PERMISSIBLE DIESEL POWERED EQUIPMENT • GENERAL: DIESEL POWER, HYDROSTATIC TRANSMISSION, 4-WHEEL DRIVE, ARTICULATED STEER TRACTOR WITH FORKLIFT ASSEMBLY, 36", 42" OR 48" FORKS • DIESEL ENGINE: MSHA APPROVED, 115-120HP DIESEL ENGINE WITH MSHA APPROVAL TAG. EQUIPPED WITH DST® PACKAGE • ELECTRICAL: DST® PERMISSIBLE 12 VOLT/ 300 WATT ALTERNATOR HALOGEN HEADLIGHTS, FRONT AND REAR • DRIVE TRAIN: TANDEM HYDROSTATIC TRANSMISSION DISPLACEMENT CONTROL; DOUBLE REDUCTION PLANETARY WHEEL UNITS WITH FOUR (4) WHEEL INTERNAL WET DISC SERVICE BRAKES; TRANSMISSION PUMP RATED 36 GPM @ 4,500 PSI • BRAKES: INTERNAL WET DISC SERVICE BRAKES, ALL FOUR (4) WHEELS AND INTERNAL HYDRAULIC RELEASE, SPRING APPLIED "PARK/EMERGENCY STOP" BRAKE • HYDRAULIC FUNCTIONS: STICK STEERING, LIFT AND TILT POWERED BY AUXILIARY GEAR PUMP • HYDRAULIC PTO: HYDRAULIC PTO: 18 GPM @ 1500 TO 1800 PSI • CENTER SECTION: 15 ¾" BALL BEARING CENTER SECTION • TIRES: GALAXY SUPER SEVERE MINE SERVICE 10 X 16.5 10 PR 30.7" O.D. X 10.2 WIDE, FOAM FILLED, TREAD DEPTH 44/32" • CONTROLS: FOOT PEDAL TRAM CONTROL, HAND CONTROL FOR ENGINE SPEED. ENGINE GAUGE PANEL INCLUDES • TACHOMETER/HOURMETER, FUEL LEVEL GAUGE, AMMETER GAUGE, AS WELL AS ENGINE TEMPERATURE AND ENGINE OIL PRESSURE SWITCH GAUGES. TEMPERATURE OIL PRESSURE SWITCH GAUGES PROVIDE AUTOMATIC ENGINE SHUTDOWN IN CASE OF ABNORMAL CONDITIONS • FIRE SUPPRESSION SYSTEM: ANSUL AUTOMATIC/MANUAL • CAPACITIES: DIESEL FUEL TANK - 20 GALLONS (APPROX.) HYDRAULIC OIL TANK - 40 GALLONS (APPROX.) • LIFT CAPACITY: 8,000# (APPROX.) STANDARD • THE PERMISSIBLE DST PACKAGE WILL INCLUDE: MSHA APPROVED, 115-120HP DIESEL ENGINE WITH MSHA APPROVAL TAG RADIATOR, SHROUD AND COOLING FAN CUSTOM DESIGNED FOR THE APPROVED DIESEL ENGINE AND THE DST® DRY SCRUBBER DST® CATALYST AND CUSTOM DESIGNED HEAT EXCHANGER WATER JACKETED PIPING AND MANIFOLD FROM ENGINE TO THE DST HEAT EXCHANGER AIR INTAKE SYSTEM CONSISTING OF MANIFOLD, FLAME ARRESTOR, AIR ACTUATED SHUTDOWN BUTTERFLY VALVE AND FLANGES ON-BOARD CLEANING SYSTEM FOR CLEANING OF THE DST HEAT EXCHANGER COMPLETE AIR SAFETY SHUTDOWN SYSTEM ASSEMBLED ON A MODULAR BOARD WITH ENGINE OIL SHUTDOWN HIGH COOLANT AND HIGH EXHAUST GAS TEMPERATURE SHUTDOWN SENSORS GAUGES FOR MONITORING EXHAUST BACKPRESSURE, COOLANT TEMPERATURE, EXHAUST TEMPERATURE AND INTAKE RESTRICTION DST PERMISSIBLE 12 VOLTS/ 300 WATT ALTERNATOR AIR STARTER, LUBRICATOR, WATER SEPARATOR AND RELAY VALVE FOR STARTING THE PERMISSIBLE DIESEL ENGINE AIR COMPRESSOR, DRIVE AND AIR RESERVE TANK • INFORMATION CONCERNING APPOVAL OF PERMISSIBLE DIESEL POWERED EQUIPMENT CAN BE FOUND AT http://www.msha.gov/TECHSUPP/ACC/ACCHOME.HTM http://www.msha.gov/TECHSUPP/ACC/application/application.htm Please direct questions regarding this RFQ to Cross.Tracey@dol.gov NLT 11:00AM Thursday, September 11, 2014ET. Shipping shall be provided by the supplier (FOB: Destination) Required approvals/compliances: N/A Period of Performance: Delivery of unit to be within 2 weeks after receipt of order. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. The following provisions and clauses apply to this acquisition: Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructions to Offerors-Commercial, which is incorporated by reference. FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JULY 2010), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, ; FAR 52.222-36, ; FAR 52.223-18; FAR 52.225-1, FAR 52.225-2; FAR 52.225-3, FAR 52.225-4 ALT II; FAR 52.225-13;and FAR 52.232-33 DOL ELECTRONIC SUBMISSION OF PAYMENT REQUESTS CLAUSE (FEBRUARY 2014) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Invoice payment has the meaning given in FAR 32.001. (3) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic Payment Requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this clause, and therefore no additional electronic invoice submission is required. (c) Data Transmission. A contractor must ensure that the data transmission method and format comply with the following provisions: Procedures: An original invoice shall be prepared and submitted to the Department of Labor (DOL) by email to: DOL-MSHA@quickpay.dol.gov Electronic PDF/TIFF Invoice Submittal: In an effort to support the eCommerce initiative and expedite vendor payment processing, the DOL requires invoices to be submitted electronically. (1) The contractor shall: a. Address the invoice to the appropriate e-mail address specified in the contract. b. Submit the invoice via attachment in PDF or TIFF format. c. Submit only one invoice per electronic submittal. d. Enter specific information in the subject line of the e-mail in the following format: <Contractor Name>, MSHA, <Contract Number, BPA Call or Order Number>, Invoice Number, <Invoice Amount> Example: ABC Co, MSHA, DOL00-00-X0000/X0000, Invoice Number AB-1298433, $15,000.00. e. Submit a copy of the email with the attached invoice to the contracting officer's representative (COR) at the COR email address specified in the contract. f. Before sending another e-mail with the same invoice attachment, confirm whether DOL has already responded and/or whether you have received a success or failure response to your submission. The contractor MUST NOT: a. Submit an invoice that exceeds the size limit of 16 megabytes (approximately 400-500 pages). However, if the invoice exceed this limit, a summary invoice attachment of less than 16 megabytes should be e-mailed to the payment e-mail address above; while the detailed invoice, including any supplemental information, shall be sent to the COR or other representative at the address. b. Submit an invoice that is heavy in shading or color. 1. An e-mailed PDF image cannot have any text that has a background with any color other than white. If the image has a shaded background, it will be converted to black, and the text will be illegible. 2. An emailed TIFF image must be black and white. c. Submit more than one attachment, as subsequent attachments will not be recognized. d. Submit more than one invoice in a single attachment. e. Attempt to use the "Recall or Resend" email message feature. (d) General Information. Payment due dates will be calculated only from the date that invoices are received in the electronic invoicing e-mail box and determined to be proper invoices. Inquiries regarding invoices should be e-mailed to MSHAInvoiceInquires@dol.gov. The relevant invoice must be attached to the inquiry e-mail and the subject line of the e-mail must state "INQUIRY," followed by the information described in paragraph (1) d. above. Example: INQUIRY: <Contractor Name>, MSHA, <Contract Number, BPA Call or Order Number>, Invoice Number, <Invoice Amount> Do NOT use the electronic invoicing e-mail address for inquiries about the invoice. (e) Invoice requirements. Invoices shall comply with FAR 32.905. (f) Exceptions. Paper invoices should only be faxed or mailed through U.S. mail when electronic mail cannot be accomplished. When invoices must be faxed due to e-mail size limitations, fax them to: MSHA Finance at 303-231-5597 When paper invoices must be mailed due to e-mail size limitations, mail them to the following address: MSHA Finance, PO Box 25367, DFC, Denver, CO 80225-0367 (End of clause) DOL's Contractor's Obligation to Notify the Contracting Officer of a Request to Change the Contract Scope (a) Except for changes identified in writing and signed by the Contracting Officer, the Contractor is required to notify, within five working days of receipt or knowledge, any request for changes to this contract (including actions, inactions, and written or oral communications) that the Contractor regards as exceeding the scope of the contract. On the basis of the most accurate information available to the Contractor, the notice shall state: (1) The date, nature, and circumstances of the conduct regarded as a change in scope; (2) The name, function, and activity of each Government individual and Contractor official or employee involved in, or knowledgeable about, such conduct; (3) The identification of any documents and substance of any oral communication involved in such conduct; (b) Following submission of this notice, the Contractor shall continue performance in accordance with the contract terms and conditions, unless notified otherwise by the Contracting Officer. (c) The Contracting Officer shall promptly, within 5 business days after receipt of notice from the Contractor, respond to the notice in writing. In responding, the Contracting Officer shall either: (1) Confirm that the Contractor's notice identifies a change in the scope of the contract and directs the Contractor to stop work, completely or in part, in accordance with the Stop Work provisions of the contract; (2) Deny that the Contractor's notice identifies a change in scope and instruct the Contractor to continue performance under the contract; or (3) In the event the Contractor's notice does not provide sufficient information to make a decision, advise the Contractor what additional information is required, and establish the date by which it should be furnished and the date thereafter by which the Government will respond. (End Clause) 52.222-99, Establishing a Minimum Wage for Contractors (JULY 2014) (DEVIATION) This clause implements Executive Order 13658, Establishing a Minimum Wage for Contractors, dated February 12, 2014, and OMB Policy Memorandum M-14-09, Implementation of the President's Executive Order Establishing a Minimum Wage for Contractors, dated June 12,2014. (a) Each service employee, laborer, or mechanic employed in the United States (the 50 states and the District of Columbia) in the performance of this contract by the prime Contractor or any subcontractor, regardless of any contractual relationship which may be alleged to exist between the Contractor and service employee, laborer, or mechanic, shall be paid not less than the applicable minimum wage under Executive Order 13658. The minimum wage required to be paid to each service employee, laborer, or mechanic performing work on this contract between January 1, 2015, and December 31, 2015, shall be $10.10 per hour. (b) The Contractor shall adjust the minimum wage paid under this contract each time the Secretary of Labor's annual determination of the applicable minimum wage under section 2(a)(ii) of Executive Order 13658 results in a higher minimum wage. Adjustments to the Executive Order minimum wage under section 2(a)(ii) of Executive Order 13658 will be effective for all service employees, laborers, or mechanics subject to the Executive Order beginning January 1 of the following year. The Secretary of Labor will publish annual determinations in the Federal Register no later than 90 days before such new wage is to take effect. The Secretary will also publish the applicable minimum wage on http://www.wdol.gov/ (or any successor website). The applicable published minimum wage is incorporated by reference into this contract. (c) The Contracting Officer will adjust the contract price or contract unit price under this clause only for the increase in labor costs resulting from the annual inflation increases in the Executive Order 13658 minimum wage beginning on January 1, 2016. The Contracting Officer shall consider documentation as to the specific costs and workers impacted in determining the amount of the adjustment. (d) The Contracting Officer will not adjust the contract price under this clause for any costs other than those identified in paragraph (c) of this clause, and will not provide price adjustments under this clause that result in duplicate price adjustments with the respective clause of this contract implementing the Service Contract Labor Standards statute (formerly known as the Service Contract Act) or the Wage Rate Requirements (Construction) statute (formerly known as the Davis Bacon Act). (e) The Contractor shall include the substance of this clause, including this paragraph (e) in all subcontracts. (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://acquisition.gov/far/ (End of clause) 52.232-40 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.204-7 SYSTEM FOR AWARD MANAGEMENT 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/ArlingtonVA/14-MSHA-EPD-NAT-0073/listing.html)
- Place of Performance
- Address: 1301 Airport Road, Beaver, West Virginia, 25813, United States
- Zip Code: 25813
- Zip Code: 25813
- Record
- SN03501037-W 20140910/140909022810-b564f2cdb1e19bf276db371cc63ceded (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 |