Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1998 PSA#2247

Bureau 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