Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 09, 2022 SAM #7588
SOLICITATION NOTICE

38 -- 3825 - Street Sweeper

Notice Date
9/7/2022 1:06:49 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25022Q1117
 
Response Due
9/13/2022 1:00:00 PM
 
Archive Date
09/28/2022
 
Point of Contact
lonnelle.jones@va.gov, Lonnelle Jones, Phone: 371-988-1545
 
E-Mail Address
Lonnelle.Jones@va.gov
(Lonnelle.Jones@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
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 for quote to be requested with no other form of written solicitation to be issued. This solicitation RFQ-36C250-22-Q-1117 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95/ 01-13-2017. The North American Industry Classification System (NAICS) number is 333120. This is a solicitation only pertaining to a Tymco 435 Regenerative Air Sweeper or equivalent. Note: this is a Brand Name or Equal item (s) solicitation. Vendor to supply necessary materials and/or parts for the requirements listed below. Materials and parts will be delivered to; VA Northern Indiana Health Care System, 1700 E. 38th St, Marion, IN 46953, Engineering Department, FOB destination. Requirements: Description Qty Regenerative Air Sweeper 1 Shipping 1 Total Note: Must be brand new equipment. The unit shall be delivered completely assembled, serviced and ready to operate. The bidder shall have a qualified service representative in attendance with the sweeper during startup operation to make any adjustments and give instructions to assure proper operation of the sweeper. It is the intent of these specifications to describe a sweeper in sufficient detail to assure that product reliability, design integrity, technical soundness and sweeping performance is provided. All parts not specifically mentioned, which are necessary to provide a complete sweeper, shall be included in the bid and shall conform in strength and quality of material and workmanship to what is normally provided to the trade in general. The sweeper shall be warranted to be free from defective materials and workmanship for a period of 12 months or1,000 hours from date of delivery. Requirements: The unit bid shall be a regenerative air sweeper mounted on a truck chassis capable of highway speeds. ENGINE/EXHAUST Engine shall be in-line six-cylinder turbocharged diesel with a minimum 200 HP at 2300 RPM, 6.7L, 520 lb./ft. torque @ 1600 RPM. Dry type single element air cleaner with restriction indicator in cab and safety element. Automatic glow plug with indicator light shall be supplied. Automatic shutdown/engine protection system shall be provided. Extended life coolant shall be provided. Fuel heater with fuel/water separator (engine mounted) shall be provided. A horizontal exhaust system shall be provided. A 6-gallon, DEF tank shall supply diesel exhaust fluid to Selective Catalytic Reduction (SCR) system. Engine block heater shall be provided for starting the engine in cold weather. FUEL A minimum of 50-gallon tank shall be supplied and shall supply fuel to both engines. MANUALS Shall supply one sweeper operator s manual and one sweeper parts and service manuals on paper and one set on an electronic format with each unit. Shall supply one operators for the auxiliary engine on paper. Manufacturer shall have available certifiable training course for complete maintenance and operation of sweeper at the manufacturer s facility. The training course is provided at no additional charge. Manufacturer must have scheduled a minimum of 2 training courses per year for convenience of customers scheduling. The course shall be specific to the model bid. Bidder shall provide video operator instruction/safety/maintenance procedures on an electronic format with the unit. PAINT - COLOR The entire unit shall be painted with manufacturers standard white paint applied over a suitable primer. Pick-up head, gutter brooms and truck frame shall be painted black POWER UNIT The sweeper power unit shall be a turbocharged diesel fueled; Final Tier 4 liquid cooled industrial engine. Piston displacement shall not be less than 148.5 cubic inch developing not less than 56 HP @ 2100 RPM and 140 ft. /lbs. torque @ 2100 RPM. Engine shall be 4 cycle, 3.43 inch bore and 4.03 inch stroke. Cylinder construction shall be dry sleeve type. Spin-on replacement type oil filter. 12-volt ignition, electric starter and minimum 40-amp alternator with charge indicator gauge shown on the touchscreen display mounted on control console in cab. An engine ECU shall have a multi-point engine protection system that will derate/shutdown when an engine problem is detected such as high coolant temperature, low coolant level, or low oil pressure. Unit shall share batteries with chassis engine. Unit shall share fuel with chassis engine. Unit shall have a heavy-duty dry type of air cleaner with replaceable element, safety element, and integral pre-cleaner. To keep overall height to a minimum when dumping, access panels shall not be attached to the hopper weldment Power unit must be easily accessible without starting the engine or the use of auxiliary hydraulics. A frame mounted fuel/water separator with water in fuel notification on in-cab display shall be furnished. Engine block heater shall be provided for starting the engine in cold weather. The in-cab display shall include air cleaner restriction gauge which displays percentage restriction and includes an audible alarm and visual message when filter restriction reaches a serviceable level. DUST SEPARATOR Separation of the dirt from the air stream shall be accomplished by means of an external cylindrical multi-pass centrifugal dust separator with a minimum size of 20"" diameter and 22.5"" width. The separator shall be designed so that it will not plug with normally encountered debris The separator shall be lined with a bolt-in, replaceable, wear resistant rubber liner for long life The dust separator shall have a minimum 4-inch diameter port allowing inspection and cleaning of the interior, with an expandable rubber plug and a 25-inch-long extension handle for access. The separator shall incorporate a self-cleaning compartment to trap fine particulates and prevent re-entry into the air stream Dust separator shall be constructed of industrial grade, non-magnetic low carbon, high chromium stainless steel. HOPPER Hopper shall be constructed of full seam welded steel plate. Hopper size to be a minimum four (4.0) cubic yard volumetric measurement with an operating load capacity of not less than three (3) cubic yards. Dumping shall be accomplished by means of hydraulically actuated piggyback cylinders causing hopper to tilt up expelling the load behind the rear wheels. Dump cylinders shall not protrude below sweeper frame. Dump angle shall be a minimum of 90 degrees. The hopper shall have a minimum dumping height of 82.5 inches. Hopper door shall have an opening dimension of 77-1/4 x 70 and be opened/closed by means of two hydraulic cylinders. The required overhead dump height clearance shall be no greater than 14 feet. For easy access and to ensure airtight hopper seals the hopper dump door shall be hydraulically actuated. Hopper door shall be held in the closed position by means of a lock valve located in the hydraulic dump circuit. Hopper shall be maintained airtight through use of rubber seals on all doors and openings. Hopper shall contain a chute area with a replaceable deflector. All hopper doors shall be fabricated from steel plate to prevent loss of airtight seals due to warping, cracking, or premature wear. Hydraulic cylinder movement shall be controlled with the use of an electric toggle switch located on the exterior of sweeper behind truck cab and in front of the blower housing. Hopper shall have a safety prop with manually installed latching pin Roof access clean-out doors prohibited due to potential safety hazards. One work light shall be mounted at the rear of the hopper. A rubber hopper drip edge extension shall be provided to extend horizontal reach by 7 inches for dumping. A dual stainless-steel screen with total area of not less than 3,200 square inches shall be provided. Screens shall lift with the dump door to allow easy access for cleaning. Abrasion Protection Package shall include a suction inlet liner; deflector plate liner; separator liner; transition liner; pressure wear pads; suction nozzle liner; heavy duty pressure and suction hoses. Two rear rubber bumper pads shall be provided to prevent damage to the rear of the sweeper during dumping. Hopper UP alarm shall be furnished which audibly alerts operator when hopper is in raised position. For maximum corrosion resistance, all interior and exterior hopper sheet surfaces to be fabricated with an industrial grade, non-magnetic low carbon, high chromium stainless steel. The hopper, hopper door, inspection door, skimmer hood and screen assemblies are made of stainless steel and included. HYDRAULIC SYSTEM The hydraulic system shall be adequate for use within the design requirements of the sweeper. The system shall include a minimum 13.5-gallon reservoir, sight gauge, temperature gauge, 80 mesh suction strainer, spin-on replaceable full flow oil filter, restriction indicator, hydraulic cylinders, gutter broom drive motors, control valves, relief valves, oil cooler, hydraulic hoses, and standard fittings. Mobil DTE 25 ULTRA hydraulic oil shall be provided for extended service life. The hydraulic pump shall be gear driven by the auxiliary engine. System pressures shall consist of 1500 PSI maximum for pick-up head and dump door; 2500 PSI maximum for gutter broom(s). Hydraulic control valves must be easily accessible for service without raising the hopper or enclosures. High temperature/low level automatic derate/shutdown system controlled by a multiplexed sweeper control system will activate in two events: When the hydraulic oil temperature reading is too high it will shut off gutter broom(s), and when the hydraulic oil level is too low it will derate the auxiliary engine. The system includes audible alerts and visual messages for both events and includes oil temperature gauge on in-cab display. An auxiliary hydraulic system shall be furnished which electrically operates the hydraulic system without running the auxiliary engine to raise/lower the gutter broom(s), pick-up head and open/close the dump door. A hydraulic shutoff valve shall be provided. BLOWER Heavy duty, wear resistant, high strength cast aluminum alloy turbine type open face blower computer balanced within 4 grams shall be provided to create air pressure and suction. Blower wheel shall be covered with wear-resistant rubber for long life. Blower shall be mounted on self-aligning anti-friction bearings. Blower shall be driven from PTO off auxiliary engine by heavy duty power belt which shall be adjustable for tension. Blower housing shall be lined with a bolt-in wear resistant, replaceable rubber liner for long life. Blower not to exceed 2700 RPM to insure smooth efficient performance. Access to blower housing must be accomplished without raising hopper Blower housing shall be fabricated with an industrial grade, non-magnetic low carbon, high chromium stainless steel. PICK-UP HEAD A spring balanced all steel fabricated pick-up head with maximum length and width of 78"" x 30"" I.D. shall be provided. The pick-up head shall have a separate upper and lower chamber where pressurized air is blasted from upper chamber through an elongated blast orifice to street surface. Blast orifice flange shall be of bolt-on design so that flange is easily replaced and shall have slots so that blast orifice gap is easily adjusted without removing pick-up head from sweeper. Pick-up head shall have a 12-inch diameter (minimum) bolt on pressure inlet ring with turning vanes located on left side of pick-up head. A 12-inch diameter (minimum) heavy duty pressure hose attached to the blower housing shall be provided. A 12-inch diameter (minimum) heavy duty suction hose, attached to a quick disconnect transition at the hopper shall extend down to the right side of the pick-up head and shall be attached to the pick-up head suction nozzle ring which shall be constructed of 10 gauge steel. Pick-up head shall be equipped with reversible, 2"" wide, adjustable, side mounted, integral alloy steel and carbide runners for maximum pick-up ability and long life. Skid runners to be warranted for 2 years/2,000 hours prorated. Side Skid plates shall have a minimum slotted height adjustments of 4 inches at the blast orifice. Pick-up head shall be raised and lowered hydraulically by a single switch on the control panel. Pressure inlet ring shall be equipped with an adjustable pressure relief for optimum leaf and light debris sweeping; pressure relief shall be controlled from inside cab. Reverse pick-up head system shall be furnished to allow unit to back up without damage to the pick-up head. Hydraulic pick-up head front curtain lifter shall be provided to give the pick-up head the ability to sweep a large volume of light debris such as leaves, grass, paper, etc. without causing excessive debris accumulation at the pick-up head inlet. It shall be hydraulically controlled with a switch within the cab of the truck. Removable Front Curtain Set shall be provided for quick replacement of worn-out front pick-up head curtains. Removable suction tube transition shall be provided for inspection. GUTTER BROOM Twin gutter brooms shall be 36-inch diameter (minimum), steel vertical digger type for removing debris from gutter area. The gutter broom bristles shall be steel and 12 inches in length for maximum wear life. 10.5-inch parabolic mirror(s) and floodlight(s) shall be provided. Gutter broom(s) shall be hydraulic motor driven and shall be positioned laterally and vertically by one hydraulic cylinder. Gutter broom(s) down pressure shall be automatically adjusted to load by a pressure sensing sequence valve in line with gutter brooms torque motor. Gutter broom(s) shall have adjustment for bristle contact pattern and wear. Gutter broom(s) shall have lateral flexibility to swing rearward 15"" when encountering the impact of an immovable object thus avoiding damage to the broom assembly. Gutter broom(s) shall have a spring adjustment to allow downward compensation for bristle wear and shall be free floating to follow street contour. Gutter broom(s) shall be held in the up and transit position by use of an electric lock valve attachment. Upward motion of gutter broom(s) shall be regulated by an adjustable flow control valve. Gutter broom(s) shall be controlled from inside the cab by a single switch. Twin gutter broom(s) shall additionally incorporate a hydraulically actuated tilt capability of 27 degrees, remotely controlled from the operator s seat to allow instant adjustment for debris removal from deep gutters (such as those resulting from multiple overlays of blacktop). Gutter broom(s) shall be variable speed and controlled from operator console inside the cab. DUST CONTROL WATER SYSTEM Water tank shall be 150 gallons total capacity, constructed of recyclable, translucent polyethylene for strength and ability to view water level at all times. Water tank shall be 100% rustproof and shall be of bolt-in design for easy removal. Water from tank to be filtered by 80 mesh cleanable filter located between tank and water pump. A belt driven Cat 290 piston water pump delivering up to 3.5 GPM with a 55 PSI system relief pressure and with an electronic solid state liquid level sensor to automatically shut off pump and trigger an audible alarm and low water indicator and message on the in-cab touchscreen display when water is depleted. Hi/low pressure wash down system with self-contained water supply; 25' high pressure, low volume wash down hose, a belt driven Cat 290 piston water pump (delivering up to 3.5 GPM with a 1000 PSI working pressure); a wand with trigger control and two interchangeable lance lengths of 36"" shall be furnished. Automatic reel with 3/8"" x 50' retractable hose. Electric solenoid water control valves shall be cab controlled. Spray system shall include spray nozzles to be located as follows: minimum of 2 for gutter broom and 1 inside hopper. Water nozzles to be located near the gutter broom(s) and top of hopper suction inlet throat for easy inspection and superior dust control. Water tank shall have anti-siphon/anti-pressure filler neck with air gap. Flexible 20-foot (minimum) long water fill hose with 2-1/2"" quick disconnect coupling for filling water reservoir shall be provided. Water fill hose shall include a stainless 100 mesh cleanable filter. Flexible 5/8 diameter water fill hose with garden hose connection with straining screen for filling water reservoir shall be provided. Shop Air Purge system to facilitate purging dust control system during freezing conditions. Pick-up head water nozzles shall be provided with 2 nozzles (2 in rear position). Additional left gutter broom water nozzle shall be provided with a separate control switch. Additional right gutter broom water nozzle shall be provided with a separate control switch. Additional hopper water nozzle shall be provided with a separate control switch. Additional pressure transition water nozzle shall be provided with a separate control switch. Hydrant wrench shall be provided. REAR STORAGE COMPARTMENTS Sweeper shall have two (2) rear storage compartments with one (1) located on each side of the hopper. Storage compartments shall be fabricated of polyethylene, have a steel frame, and have a total capacity of not less than 26.6 cubic feet. Compartments shall be independent of rear bumper and rear fenders for ease of maintenance. Lockable compartment doors shall be mounted on the side of the sweeper and constructed of aluminum. Storage compartments shall be fully enclosed and independent. SAFETY WARNING DEVICES Unit shall have two rear mounted LED amber alternating flashing warning lights. Unit shall have a backup alarm that sounds when chassis is placed into reverse gear. OPERATING CONTROLS The sweeper electronic control platform shall be CAN controlled utilizing a multiplex control system. The multiplex control system shall be equipped with a multiplex module with diagnostic LED indicators for all Inputs and Outputs as well as network and power LEDs to assist in troubleshooting. The multiplex module shall be equipped with overcurrent protection for all outputs. All module Inputs and Outputs as well as network and power status shall be accessible through the in-cab display. All operating controls for sweeper shall be mounted inside truck cab and readily accessible to the operator. All main sweeping functions shall be multiplexed with LED diagnostics and integral solid-state circuit protection to reduce overall wiring and enhance operator feedback. In-cab controls shall consist of, but are not limited to, gutter broom(s), pick-up head, engine throttle, water system, water system nozzles, dump door, and work lights. Dump control includes a single weatherproof toggle switch located on the exterior of sweeper just between the truck cab and blower housing. Auxiliary engine controls shall be mounted on control console. A 5.7 inch viewable (minimum) multi-function, high resolution, LCD, color touchscreen display shall be pedestal mounted to display gauges consisting of, but not limited to engine RPM, engine oil pressure, engine temperature, battery voltage, and instantaneous fuel rate. For sweeper on board diagnostics (OBD), the in-cab display shall provide detailed text descriptions of sweeper faults as well as provide input/output status and stored output faults. For auxiliary engine OBD, the in-cab display shall provide a detailed message about auxiliary engine faults providing SPN, FMI, and a text description of the fault at minimum. The display shall provide a visual indicator icon for the following: Pick-up head down, dust suppression water pump, low water, water system winterization. The in-cab sweeper display shall incorporate resettable and non-resettable hour meters for the auxiliary engine; left and right gutter broom(s); pick-up head; water pump; and blower for collecting data about sweeping route performance and maintenance. The in-cab sweeper display shall incorporate resettable sweeper and auxiliary engine service timers, which will trigger service reminders for engine oil, engine air filter, fuel filters, hydraulic filter, hydraulic oil. The in-cab display shall include a minimum five (5) User-defined custom reminders A minimum of three (3) custom reminders shall be timed by hours A minimum of two (2) custom reminders shall be timed by days. The in-cab display shall include a sweeper odometer that is active when the pick-up head is down and the auxiliary engine is above idle. The sweeper odometer shall include a non-resettable odometer and resettable odometer, hour meter, and average sweeping speed. The in-cab display shall log the following events by date, time, event title, and engine hours: hour meters resets, custom reminders resets, service reminders, service hour meter reset, overspeed events, hydraulic oil alerts (included with hydraulic level/temperature shutdown), engine faults, sweeper output faults, sweeper odometer resets, winterization and de-winterization events, and fuel usage statistics resets. Overspeed warning system shall be equipped to alert the operator when sweeping at an excessive speed and can be adjusted from 5-20 mph with a PIN code. The in-cab display shall include fuel usage statistics for the auxiliary engine which displays trip fuel usage, fuel trip hours, average fuel economy, and instantaneous fuel rate. The in-cab display shall include an on-screen guide for winterization procedures specific to the dust control system equipment. The display shall tag the system as winterized once the guide has been completed and will remove the winterized tag once the system senses water. Audible alarms and visual indicators shall include but are not limited to indications of the following: low dust control water, exceeding maximum recommended sweeping speed, auxiliary engine fault codes and derates such as low coolant or high engine temperature, and sweeper output faults such as low voltage. All main electrical systems, i.e. ignition, lights, hydraulic, etc. shall be separately fused to isolate electrical problems to fused area and speed service. All external wiring, harnesses and terminations shall be of a sealed, weather-tight design utilizing heat-shrinkable components. Additionally, where feasible, all connectors shall utilize solid, cold-formed, nickel-plated copper alloy contacts with gas-tight crimps (Deutsch). Auto Sweep Interrupt (ASI) shall be furnished. It is a system designed to interrupt sweeping functions when any of several parameters are met. When set in Auto mode, the transmission gear placed in reverse and the ASI RESET switch being engaged are two of several parameters that can engage ASI. Auto sequence of operations is as follows for equipped and active features: 1) Auxiliary engine is idled and gutter broom(s) are stopped 2) Dust control system is turned off 3) Left gutter broom is raised 4) Right gutter broom is raised 5) Pick-up head is raised. The ASI RESET switch will reposition all functions to prior setting(s) and can be used as a one button start/stop switch during sweeping to interrupt/resume all sweeping functions. Several ASI features shall be configurable and be enabled/disabled through the control system display and be PIN protected including: Overspeed Interrupt, when enabled, allows for a two-stage process to prevent sweeping at excessive speeds by warning the operator at a set PIN-code protected configurable speed and then by activating ASI at a set configurable speed. From 5-20 mph the operator will receive a warning and at 8-25 mph the Auto Sweep Interrupt will engage depending on ranges set. Reverse Trigger Bypass, when enabled, will prevent ASI from activating when the transmission is placed in reverse. This allows ASI to be activated using other triggers such as engaging the ASI RESET switch for one button start/stop sweeping. RPM Return, when enabled, will allow ASI to return the blower RPM to the previous setting before ASI was activated. In-cab dump switch shall be located on the control panel to activate dump operation from inside cab. ADDITIONAL EQUIPMENT Traffic directing light Whelen TACF85LH, SAE Class 1, 44 inches long Camera/Monitor System: Alliance Wireless Technology (AWTI) or approved equal, slim line series with two(2) 7 color monitors mounted in cab: One for rear view camera, and one for both pick-up head cameras. LED work lights shall be provided pointing to the left and right gutter broom(s), left and right side of pick up head and rear of the sweeper. Additional LED warning lights shall be mounted (2) in front bumper and 2 in rear bumper. Auxiliary Fuse Panel is a +12VDC fused power source panel for any needed additional electrical components or accessories i.e. radios, warning lights, controls, etc. GENERAL Chassis/cab shall be conventional with a tilt hood. Frame to be straight full channel steel rails (50,000 PSI). Gross vehicle weight rating to be not less than 25,500 lbs. Curb weight with cab, fuel, water, oil and tires shall be approximately 9,000 lbs. Standard truck cab enclosed and equipped with safety glass all around and two individual, adjustable, high back air seats with lumbar support and safety orange seat belts. WARRANTY Base vehicle coverage is 24 months/unlimited mileage. Engine (diesel) coverage is 36 months/unlimited miles. Drive train coverage is 24 months/unlimited mileage. Allison transmission coverage is 36 months/unlimited mileage. Frame coverage is 60 months/unlimited mileage. Cab corrosion coverage is 60 months/unlimited mileage. (Warranty coverage is 100% parts and labor unless otherwise noted as provided by chassis manufacturer.) WHEELBASE Chassis shall have a maximum wheelbase of 153"". Special frame drilling and brake chambers relocation. AXLES Front axle to be minimum of 8,000 lbs. with suspension of 8,000 lbs. Rear axle shall be 17,500 lbs. single speed with a ratio of 5.57, suspension to be minimum of 21,000 lbs. 52 in variable rate multi-leaf spring rear suspension with leaf spring helper STEERING - DUAL Dual operator controlled integral power steering with cruise control, tilt and dual gauge package. Diameter of steering wheel will be minimum 18"". BRAKES Service brakes to be full air with 18.7 cfm air compressor. Air tank drain valve, manual with pull cable. Front brakes shall be 15"" x 4"". Rear brakes shall be 16½"" x 7"". Shall have automatic slack adjusters front and rear. Parking brakes shall be spring actuated, double diaphragm, 20"" Haldex air chambers, with warning light. Brake chambers, spring relocated to rear of rear axle for maximum ground clearance. 4-Channel anti-lock brake system shall be provided. An air dryer with heater shall be furnished. CAB Cab shall have in-dash chassis manufacturer's factory installed air conditioner for operator comfort with a fresh air filter. Cab to have individual driver and passenger air, high back adjustable seats with 1 chamber lumbar support and two position front cushion adjust and back angle adjust. Dual sun visors, coat hook, storage pocket on driver door, 12V receptacle/power source, electric horn, electric windshield washer and 2 speed electric wipers with intermittent wiper switch shall be provided. Chassis shall be equipped with fresh air heater, defroster, dual 7"" x 15.75"" remote controlled heated electric powered mirrors with clearance lights LED, two separate 10-1/2"" diameter parabolic mirrors. AM/FM stereo radio with auxiliary input shall be provided. Two (2) aluminum grab handles shall be mounted on left and right side for cab entry. A gauge cluster shall include speedometer, engine oil pressure, water temperature, fuel, tachometer, voltmeter and odometer displaying miles, trip miles, engine hours, trip hours, fault code readout. A visual and audible warning system shall be provided for low fuel, low oil pressure, high engine coolant temperature and low battery voltage. Power windows and door locks shall be provided. Fire Extinguisher shall be refillable, dry chemical, DOT approved, cab mounted, ABC rated. Hazard Reflectors shall consist of three (3) triangular red reflectors. Light bar LED, amber, SAE Class 1, 55 inches long, cab mounted with 12 lights total 2 on the sides and 8 on the front. Alternating flashing LED lights shall be mounted in the front grill ELECTRICAL Shall consist of two, multiple beam headlights with dash beam indicator, daytime running lights, instrument panel, taillights, stop lights, front and rear turn signals, and self-canceling signal switch, equipped for four-way flashing. Taillights, stop lights and signal lamps may be in combination. Shall have two 12-volt (1900 CCA total) maintenance free batteries. Shall have a 160-amp alternator. Battery disconnect switch shall be provided. LED stop/turn/tail/clearance/side markers TIRES AND WHEELS Heavy duty first line quality tubeless tires to be minimum 255/70R22.5 L/R H rating with duals in rear for adequately carrying full load of sweeper and maximum stability. Wheels to be 10-hole disc 22.5 x 8.25. TRANSMISSION Shall be heavy duty Allison 2500RDS or equivalent electronic, six-speed forward, one reverse, automatic, with external oil filter. Synthetic transmission oil shall be furnished Transmission oil temperature gauge shall be mounted in cab Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured/used or ""gray market"" items. All items must be covered by the manufacturer's warranty. The following additional provisions apply: 52.211-6 Brand Name or Equal to item (s) 52.212-2, Evaluation-Commercial Items, the Government will award a contract/purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is determined to be the most advantageous to the government; technical, price, estimated delivery time, warranty, and past performance considered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless SAM registered which must be noted in the quote. 52.212-4, Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. 52.212-5, Contract Terms and Conditions-Commercial Items. The following additional clauses apply: Purchase order (SF 1449) will be awarded to the winning bid with submission of Invoice through Tungsten upon delivery of ALL items listed on spreadsheet. From the VAAR the following apply: 852.232-72 Electronic submission of payment requests. All invoices must be submitted to Tungsten for payment processing. The PO number must appear on all invoices, packing slips, shipping labels, and/or correspondences to the contra...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f61e5d33630445b6b48bbd7dab5a5a1a/view)
 
Place of Performance
Address: Northern Indiana Health Care System 1700 East 38th St Marion, IN 46953
 
Record
SN06455731-F 20220909/220907230135 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.