Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 21,1999 PSA#2392

National Park Service, Mount Rainer National Park, Star Route Tahoma Woods, Contracting Office, Ashford, WA 98304

23 -- ROAD BROOM SOL RQ945099018 DUE 082599 POC Helen Curlee, Contracting Officer, (360) 569-2211 ext 3335 E-MAIL: Contracting Officer's E-mail address, Helen_Curlee@nps.gov. This is a COMBINED SYNOPSIS/SOLICITATION in accordance with the Federal Acquisition Regulation (FAR) Part 12, current to FAC 97-11, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Bidders are required to submit the documentation required in FAR Part 12, current to FAC 97-11, INCLUDING ALL CLAUSES AND PROVISIONS IN FAR PART 52.212-1 THRU 52.212-5, as applicable to the bidder's offer. Failure to submit the required information may deem the bidder unresponsive. The description of the Road Broom is as follows: Basic description: Self-propelled road broom equipped with a hydraulically driven brush assemply capable of sweeping at left or right angles. The unit shall sweep effectively for surface preparation seal coat and overlay operations and for general sweeping operations. These operations include but are not limited to, sweeping of wet or dried pack soil and debris on roads, aggregate spread on roads and bridges during icy conditions. Unit furnished to this specification shall meet or exceed all requirements herein and shall be a current year's model under standard production by the manufacturer. Specifics are: ENGINE; Liquid cooled, 4-cycle diesel, minimum 70 gross horsepower, equipped with a heavy-duty radiator, heavy-duty dry-type air cleaner, a 12-volt electric starter, 950 CCA battery and 63-amp alternator, ignition key start. Fuel supply shall be a minimum of 20 gallons. The exhaust system shall extend away from the operator's position. DRIVE TRAIN; Hydrostatic drive with dynamic braking on an independent circuit including pump, drive motor(s) and filtration system including replaceable element. The hydrostatic transmission shall be two speeds, with infinitely variable speed in both ranges, and forward and reverse directions. Hydraulic reservoir shall be a minimum of 20 gallons with sight guage. Final drive should be a shaft driven differential type axle through a gear box reducer. BRUSH HYDRAULIC SYSTEM; The brush hydraulic system shall have a separate hydraulic pump and motor, independent of the propulsion circuit and shall include a heat exchanger type oil cooler, and filter with replaceable element. The brush is to be driven by the hydraulic motor that shall be directly connected to the core of the 8' brush. BRUSH CORE AND WAFERS; The brush core shall be steel, 8' in length, and filled with wafer-type polypropylene brush segments. BRUSH MOUNTING; Brush shall be able to be angled left and right at least 45 degrees and equipped with a full-length brush shield with minimum 160-degree coverage. OPERATOR STATION AND CONTROLS; The operator station shall be eqiupped with a padded seat and backrest and automotive type seat belt. It shall also include a fully enclosed cab with ROPS structure. All operator controls shall be conveniently located to the operator's station. Guages shall include but not be limited to an ammeter, tachometer, hour meter, engine oil pressure guage, and engine temperature guage. STEERING; Hydraulic power assist controlled by automotive type steering wheel. BRAKES; Four wheel hydraulic with single master cylinder and mechanical parking, lever actuated inside cab. TIRES AND WHEELS; 225/175 R15 6-ply radial minimum, front and rear, with highway tread. FINISH; Primed and finish painted with manufacturer's standard color. The following may be considered to be options, but are required on this procurement; NON-TINTED heavy-duty safety glass for front, rear, and side windows. High/low headlights, tail lights, brake and turn signals, 4 way flashers, rear work lights. Cab dome light. Cab-top mounted yellow strobe light. Cab mounted rear view mirrors. Inside rear view mirror. Front and rear window wipers and washers. Front and rear window defrosters. Pressurized cab heating and cooling. Full vandalism package. Hydraulic oil temperature and fuel guage. Heavy duty pre-cleaner for engine air cleaner. Engine block heater (electric). Heavy duty tires (highway tread). Spare tire with lockable mounting bracket. Slow moving vehivle emblem. Electric backup alarm. Forward/reverse brush rotation. 1,000 hour 1 year warranty. One complete set of operator, engine and maintenance manuals. Delivery will be FOB Destination, Longmire, WA, Mount Rainier National Park. OFFERS MUST INCLUDE A TRADE-IN ALLOWANCE ON THE FOLLOWING EQUIPMENT: Road Broom, Sweepster Model P96PFB, Serial Number 87050, 1293.2 total hours of operation, condigion is fair to good, built in 1996. Minimum offer is $2,500.00. The FAR clauses and provisions are available online at gsa.far.gov. Bids must be received no later than 10:00 am local time on August 25, 1999 at Mount Rainier National Park, Longmire Warehouse, Ashford WA 98397. Please note that mail is normally received after noon with next day mail normally received after 2:00 pm Monday through Friday. Posted 07/19/99 (W-SN355891). (0200)

Loren Data Corp. http://www.ld.com (SYN# 0262 19990721\23-0001.SOL)


23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page