|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1998 PSA#2247Bureau of Reclamation, Yuma Area Office, 7301 Calle Agua Salada, Yuma,
Az85364 W -- LEASE DREDGING EQUIPMENT SOL 99SQ3400198 DUE 010899 POC Bridget
C. Gauer, 520 343-8138 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. The
solicitation number for this Request for Quotation (RFQ) is
99-SQ-34-0198. The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
No. 97-09. This is unrestricted and all responsible sources will be
considered by the Agency. The standard industry code is 7353 and the
size standard is $5 million. The contract line items are as follows:
(1) dredge unit one(1) ea, 9 months ______per month, line item total
______; boost pumps rental ____(quantity to be determined by the
contractor)ea, 9 months _____per month, line item total ______ ; 160lb
psi pipe purchase(diameter is dependant on the dredge supplied),
40,000 feet, ______perfoot, line item total_______; lease two(2) fusion
machines, 1 month ______per month; line item total_______; purchase one
fusion machine, 1 ea, unit price_____, total price______; freight, 1
lump sum________; 1 lump sum________spare parts(This amount will be
determined by the Contracting Officer upon reviewing offeror's price
list and wear estimates of parts). The requirement is as follows: The
Bureau of Reclamation (BOR) has a requirement to remove an estimated
2.2 million cubic yards (cy) of sediment. The sediment shall be removed
at the following approximate dimensions: 300 feet wide, 9,000 feet in
length, and 22 feet in depth. The disposal site is located
approximately 40,000 feet from the dredging area and in Baja California
North, Mexico. The dredge will be used on the Colorado River in the
United States. The boost pumps will be used in Mexico. Reclamation has
qualified personnel to assemble, operate, and maintain the equipment.
The project (dredging portion) shall be completed in seven months.
Reclamation may move and use the equipment at another location. This
other location will be in the United States and within a 50 mile radius
of the original delivery point. The Contractor shall:(1) Identify the
proper equipment necessary to meet the requirement. This shall include,
but not limited to, a dredge, necessary booster pumps, fusion machines,
and all necessary discharge pipe including flanges. (2) Provide a
layout of how the equipment should be used to meet the objective. (3)
Transport the equipment to the jobsite. (4) Provide technical field
support to assist with the assembly and disassembly. (5) Provide
on-site training on the operation and preventative maintenance of the
equipment. (6) Transport equipment to contractor's destination upon
completion. (7) The contractor shall provide a Spill Prevention Control
and Countermeasures Plan (SPCC) and Facility Response Plan for each
piece of equipment that has the potential to release contents, such as,
fuel or oil. The following is general information: (1) The Government
intends to operate the dredge operation 24 hours a day for 22 days a
month for a seven month period. Actual pumping time will consist of 22
hours per day or 484 hours a month; (2) The dimensions of the dredge
cut are approximately 9,000 feet long, a maximum of 300 feet wide, and
22 feet deep. The dredge should be able to float in no less than six
feet of water. The elevation is 45 feet (3) The government will perform
all preventative maintenance in accordance with the manufacturer's
operation manual. All normal wear and tear parts will be replaced by
the government; (4) Six test holes were taken of the proposed dredge
area. Based on the test holes, the material consists of mainly silty
sands and fines in the top 15 to 20 feet. Gravel was found in several
of the holes at various depths. Overall, the material could be
classified as a poorly graded sand or silty sand with sporadic gravel
inclusions at various depths. Sands, poorly graded sand, and silty
sands constitute between 85 and 95% of the material. Gravel varies
between 5 to 15% of the material sample between 0 and 20 foot in depth.
Specific gravities vary between 2.48 and 1.52; (5) Electrical power is
not available. The following are specific additional requirements: (1)
The contractor shall provide equipment that is serviced and maintained
in accordance with OEM standards. The government will maintain the
equipment to the OEM standards; (2) All hydraulic systems shall be
equipped with 95% biodegradable oil; (3) The boost pumps shall be
equipped with throttle controls as deemed necessary to set RPM to
transfer the material pumped by the dredge. The boost pumps shall be
water lube only and electric start only. Manual operation of booster
pumps is not acceptable; (4) The pumps and dredge shall be equipped so
the government may check all lubricant parts, to include but not
limited to, all lubricant engine points and gearbox levels during full
production. The dredge and pumps will be shut down every ten days for
full preventative maintenance. Delivery is desired 5 weeks after award
to the Yuma Area Office, 7301 Calle Agua Salada, Yuma, Arizona. Other
delivery dates will be considered. All freight costs associated with
the delivery and return of the equipment shall be included in the line
item for freight. Provision at 52.212-1, Instructions to Offerors --
Commercial, applies to this acquisition with the following addendum:
The contractor shall provide the following information with his offer:
(1) a list of equipment offered, to include but not limited to,
condition (new or used); maintenance schedules; list of consumable
parts with prices, estimated wear life, and delivery time; dredge unit:
size of suction and discharge, fuel capacity, and total assembled
dimensions ( length, width, draft, and weight); boost pumps: size, pump
quantities, to include but not limited to, G.P.M. pressures, PSI
curves, types of controls for throttle operation, engine type,
dimensions (length, width, weight), water volume in G.P.M. required for
water lube seal. The offeror should structure their offer to state
minimum lease time frame to allow for equipment to be returned prior to
the 9 months and to allow for less pipe to be purchased, if necessary.
Provision 52.212-2, Evaluation -- Commercial Items is applicable to
this RFQ. Evaluation factors are as follows: Technical, Delivery Date,
Price, and Past Performance. Offerors should include a completed copy
of the provision at 52.212-3, Offeror Representations and
Certifications -- Commercial Items, with its offer. Clause at 52.212-4,
Contract Terms and Conditions -- Commercial Items, applies to this
acquisition with no addenda. Clause at 52.212-5, Contract Terms and
Condition Required To Implement Statutes or Executive Orders --
Commercial Items, applies to include paragraph 1, 3, 7, 8, 9, 10, and
12. As part of the determination of responsibility, the government
reserves the right to visually evaluate equipment at offeror's plant or
site to determine offeror's capability to provide equipment that will
perform to contract requirements. Offers are due on January 8, 1999 at
4:15pm local time. Offers should be submitted to: Bureau of
Reclamation, 7301 Calle Agua Salada, Yuma, Arizona, 85364. Offers
should be marked on outside envelope with RFQ number. No faxed offers
will be considered. For any additional information, contact Bridget
Gauer (520) 343-8138. Posted 12/18/98 (W-SN281928). (0352) Loren Data Corp. http://www.ld.com (SYN# 0081 19981222\W-0001.SOL)
W - Lease or Rental of Equipment Index Page
|
|