Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19, 2001 PSA #2939
SOLICITATIONS

23 -- SNOW BLOWER-OLYMPIC NATIONAL PARK, WASHINGTON

Notice Date
September 17, 2001
Contracting Office
National Park Service, Olympic National Park, 600 East Park Avenue, Port Angeles, Washington 98362-6798
ZIP Code
98362-6798
Solicitation Number
N9500015238
Response Due
September 27, 2001
Point of Contact
Sandra Thomas, Contracting Officer, Phone 360-565-3025, Fax 360-565-3018, Email sandra_thomas@nps.gov
E-Mail Address
Click here to contact the contracting officer via (sandra_thomas@nps.gov)
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation. PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number is N9500015238 and is issued as a Request for Proposal. In accordance with FAR Clause 52.212-2 Evaluation -- Commercial Items, all evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The offered proposal should be the standard product literature including the cost, in accordance with commercial item procedures. This procurement is unrestricted and is being advertised as full and open competition. The contractor shall provide one snow blower. It shall be self contained, primary use, high speed, high capacity, front discharge snow blower. Heavy duty design and have a demonstratable minimum capacity capable of blowing 4,000 tons per hour of snow. Advanced design, current year production model, primary use, with favorable history and working record in the snow removal industry. All-wheel drive, independent rear steer with a minimum of 500-horse power engine. The fully equipped snow blower unit will have a demonstrated capacity of 4,000 tons per hour at the design altitude of 5,000 feet above sea level. This unit shall have a miniumum forward speed of 35 miles per hour on dry pavement and up to a four (4) percent grade at 25 miles per hour. The fully equipped unit shall be able to perform normal operations at an ambient temperature of 10 degrees (F). This unit will be designed with left-hand steering and operational controls capable of operation with a single driver/operator. All controls will be located on a right side arm rest control box within easy sight and reach of operators' position. This unit shall be of the two (2) stage design with two (2) one right and one left helical ribbon type cutter reels with serrated edges, and a snow casting impeller housing capable of rotating right or left. Carrier Chassis shall be the all-wheel drive, cab forward, FRONT DISCHARGE type, specifically designed for rotary snow blowing operation. Unit shall have planetary drive axles. This unit must have a high driver visibility, excellent maneuverability, ease of maintenance, and a minimum turning radius. Hydraulic powered rotor head with a minimum of 5 degree tilt/roll. Hydraulic powered rotor head capable of rotating left and right of center a minimum of 8 degrees, and with a float position. Warranty shall include all parts and labor on the following major components for a minimum of one (1) year: 1) Hydraulic system, 2) Transfer Case, 3) Cutter Head Differential, $) Casting Impeller Gearbox. Warranty shall include all parts and labor on the following major components for a minimum of two (2) years: 1) Rotary Head, 2) Engine, 3) Transmission, 4) Drive Axles. Blower shall be equipped with the following: 1) 500+hp diesel engine, 2) Two speed automatic transmission with a neutral, 3) Self contained diesel powered engine pre-heater with auto start/stop timer, 4) Load control, 5) All heated glass, 6) Rear window and door wipers, 7) Drivers side heater, 3) Heated exterior mirrors, 9) 2 Single tire castors for the rotor head, hard rubber covered, adjustable screw type handle, 10) Front and Rear window as well as door glass defroster system, 11) Four wheel, independent rear steering, 12) Pre-wire for radio, 13) Rear, side and engine compartment work lights; left side spot light; 2 top/front mounted high intensity head lights and working lights. Lights to meet Federal Motor Vehicle Safety Standards, 14) Front wipers with independent motors, 15) Twelve foot cutter bars extending 10" beyound the leading edge of the reel, 16) 2 fully adjustable carbide skid pads, screw type, 17) Carbide insert cutting edge, 18) Steel impeller housing liner, 19) Coolant recovery system, 20) Long life anti freeze, 21) One piece rubber deflector flap, 22) Heavy duty side plates on cutter head, 23) Stand alone computerized diagnostics for the engine, 24) Specialized tools for intermediate level maintenance, 25) Tool box in side skirt, 26) One spare wheel and tire, 27) One complete set of spare ribbons for rotor head, 28) Delivery to Olympic National Park, 600 East Park Avenue, Port Angeles, Washington. The following items should be offered as separately priced options but not included in the base price: 1) Fire Extinguishers, 2) One tow chain, 3) One complete set of 10mm square link tire chains. The snowblower shall meet or exceed all applicable regulations set by State or Local agencies for this specific type of equipment. Unit shall be delivered within 180 calendar days of award. Contractor shall include as part of the price proposal an offered trade in value for an existing Oshkosh snow blower. Specifications for the existing snow blower are as follows: Oshkosh rotary snow plow, 54,000 GVW, Serial #8710R82, Model WT2206 with approximately 556 hours. Primary engine is Caterpillar 1693T, rear engine is Caterpillar D348. Has Sicard BX-2 rotary head. Contractor's offered trade in value will be considered as part of the cost/price evaluation. Delivery and acceptance on this requirement will take place at Olympic National Park, WA and offer shall be FOB Destination. Offered trade-in for existing snow plow shall include removal from site. Clauses/Provisions: FAR Clause 52.212-1 Instruction to Offerors-Commercial, is hereby included by reference. FAR Provision 52.212-2 Evaluation-Commercial Items applies to this soliciation and the following evaluation criteria (arranged in this order of importance) shall be used to evaluate offers: 1) Snow Blower Design, 2) Reliability, 3) Past Experience, 4) Fair and Reasonable Price. FAR Provision 52.213-3 Offerors Representations and Certification-Commercial Items shall be completed and submitted with the proposal. FAR Clause 52.212-4 Contract Terms and Conditons -- Commercial Items hereby applies to this solicitation, FAR Clause 52.212-5 Contract Terms and Conditons Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Proposals shall be sent to Ms. Sandra A. Thomas, Contracting Officer, National Park Service, Olympic National Park, 600 East Park Avenue, Port Angeles, Washington 98362 by Close of Business (No later than 4:00 p.m. (PDT) Thursday, September 27, 2001. Offerors may request pages of 5.212-3 by faxing request to Ms. Thomas at (360) 565-3018. FAR Provisions and clauses are also available on www.arnet.gov
Record
Loren Data Corp. 20010919/23SOL001.HTM (W-260 SN50X8H3)

23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index  |  Issue Index |
Created on September 17, 2001 by Loren Data Corp. -- info@ld.com