Texas Bids > Bid Detail

BEP/WCF Mobile Air Jogger - Wide Base Model

Agency: TREASURY, DEPARTMENT OF THE
Level of Government: Federal
Category:
  • 36 - Special Industry Machinery
Opps ID: NBD00159972723756935
Posted Date: Aug 16, 2023
Due Date: Aug 18, 2023
Solicitation No: 2031ZA
Source: https://sam.gov/opp/b87c4195fb...
Follow
BEP/WCF Mobile Air Jogger - Wide Base Model
Active
Contract Opportunity
Notice ID
2031ZA
Related Notice
Department/Ind. Agency
TREASURY, DEPARTMENT OF THE
Sub-tier
BUREAU OF ENGRAVING AND PRINTING
Office
OFFICE OF THE CHIEF PROCUREMENT OFFICER
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Aug 16, 2023 03:28 pm EDT
  • Original Published Date: Aug 08, 2023 12:31 pm EDT
  • Updated Date Offers Due: Aug 18, 2023 05:00 pm EDT
  • Original Date Offers Due: Aug 18, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 02, 2023
  • Original Inactive Date: Sep 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3695 - MISCELLANEOUS SPECIAL INDUSTRY MACHINERY
  • NAICS Code:
    • 333248 - All Other Industrial Machinery Manufacturing
  • Place of Performance:
    Blue Mound , TX 76131
    USA
Description

BEP/WCF - Three (3) Wide Base Mobile Air Joggers



This is a solicitation for commercial items and services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; “quotes” are being requested, and a formal written solicitation will not be issued. This requirement is 100% set aside for small businesses.



This solicitation is a “Request for Quotation (RFQ)”.



The solicitation document incorporates the provisions and clauses in effect through Federal Acquisition Circular FAC 2022-05 / effective date of 07 March 2022.



The associated North American Industrial Classification System (NAICS) code for this procurement is 333248 and the size standard is 500 employees.



A list of contract line item numbers and items, quantities, and unit of measures.



CLIN



SUPPLIES/SERVICES



QTY



UNIT OF MEASURE



UNIT PRICE



AMOUNT



0001



Toppy Kompressor / Mobile Pile Turner with Air-Jogger, Brand Name or Equal.



3



EACH



$



$



TECHNICAL REQUIREMENTS



Specifications and Performance Requirements: At a minimum, the Contractor shall furnish three (3) wide base mobile jogger (straddle base) unit which meets all the specifications and minimum performance requirements listed below:




  1. Motorized and self-propelled.

  2. Integrated air-jogger system with air-blower incorporated into machine body.

  3. Adjustable air volume controls, speed of air nozzle and intensity of vibration.

  4. Air-jogger control pad conveniently located on jogging bar.

  5. Two air nozzles, protected by a steel plate, deliver air to paper for effective conditioning.

  6. Jogging system with 2 floating plates. Each plate has a vibrating motor. This provides effective jogging of the pile without stressing other components of machine.

  7. Piles can be turned with or without applying pressure.

  8. Once in position, it can lift and turn the pile in less than a minute.

  9. Large double taper bearing system for easy turning of load.

  10. Forks traveling on linear bearings for accuracy and longevity.

  11. Proven hydraulic system for lifting load, opening, and closing of forks.

  12. Does not require installation, permanent electrical connection, or dedicated floor space.

  13. Integrated charger can recharge the battery from any 120-volt outlet.

  14. Battery can be easily exchanged with optional battery exchanger, for 24-hour continuous operation.

  15. Wide base model.



Technical Specifications



Features:




  1. Maximum paper size 29.5 x 41.3 inches

  2. Maximum forks opening 51.5 inches

  3. Minimum forks opening 24.8 inches

  4. Lifting capacity 2,200 lbs (minimum)

  5. Length of forks 32 inches

  6. Width of forks 20.4 inches

  7. Width and height of individuals forks 6 x 3.3 inches

  8. Dimensions L 97.7, W 58.4, H 57.9 inches

  9. Maximum Machine weight 2,640 lbs

  10. Air blower unit 4.5 kW

  11. Power line required 208-240 VAC 3-phase + Ground / 20 amps

  12. Charger for battery 120 V ac – 25 A

  13. Battery pack. Maintenance free 2 Gel type 24 V – 110 Ah



The Wide Base Jogger will handle the skid and pile from the narrow side. BEP Pallet size 32.3” x 27.6”.



The Offeror agrees to hold the prices in its proposal firm for 30 calendar days from the date specified for receipt of quotation unless another time period is specified in an addendum to the RFQ.



TERMS AND CONDITIONS: The following terms and conditions are required for all equipment purchased:




  1. Two (2) hours of onsite demonstration and training.

    • The demonstration will consist of the vendor’s training instructor demonstrating its functionality in accordance with the above specifications for not more than thirty (30) minutes.

    • The training will consist of the vendor’s training instructor providing instructions to BEP employees/operators. This process shall not exceed tone hour and thirty minutes (1:30).

    • The contractor shall provide a final operational check after delivery and training to ensure proper functionality.



  2. All Operators, Parts and Warranty manuals shall be provided in English (paper and electronic PDF format)

  3. Finish (Paint color): Contractor shall provide equipment with Manufacturer’s standard finish and paint.

  4. Parts: The Contractor shall provide a list of parts to the Contracting Officer Representative (COR), needed to performed preventive maintenance equipment 30-days prior to the equipment being shipped to their delivery destination. The list shall include the parts provided in the Initial Parts Kit and any additional items recommended by the Original Equipment Manufacturer (OEM), if the Contractor is not the OEM, for review and approval by the COR. The list shall include the following elements, as a minimum:

    • Part description;

    • Original Equipment Manufacture Part Number;





The BEP intends to procure parts, on a competitive basis, as needed during the equipment life cycle. To assist the BEP in procuring parts, a complete list shall be provided for all parts and components of the equipment. All components listed shall be cross-referenced and supplied with the manufacturers’ literature, and any other purchased part documentation. The listing shall be organized by the type of the part; i.e., bearings, pin kit, etc. Contractor shall provide suggested parts list and price list. The manual shall be in English and shall be provided in paper and in electronic format (PDF).



Standard Warranty – 12 months full coverage / 24 months powertrain



The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this SOW. The Contractor warrants all equipment, materials and workmanship delivered under any resulting contract to be free from defects, damage or failure. A period of one (1) year (12 calendar months) warranty will begin after completion demonstration of successful performance test and full acceptance of each equipment by the COR. The contractor’s warranty shall include parts, labor, and associated transportation and shipping costs. This warranty will be at no additional cost to the government. When a malfunction occurs while covered under warranty, the contractor will provide a technician to troubleshoot the problem within 72 hours of notification. Warranty shall include materials and labor for the repair or replacement of defective parts and service at the delivery site after the BEP's final acceptance of each equipment. During the warranty period, the contractor personnel shall correct any defective or nonconforming services within 72 hours or less, and have spare parts, if required. If the contractor is required to correct or re-perform during the warranty period, it shall be at no cost to the Government and any services corrected or re-performed during the warranty period shall be subject to this clause to the same extent as work initially performed. If the contractor fails or refuses to correct or re-perform under the warranty period, the BEP Contracting Officer may, by contract or otherwise, correct or replace with similar services and charge to the contractor the cost occasioned to the contractor thereby, or make an equitable adjustment in the contractor price. The contractor shall provide all necessary information for the COR to make service contacts, i.e., names, physical addresses, email addresses and telephone numbers. Upon completion of a service call, the contractor shall furnish a report, in English, documenting the work performed and any recommendations, including preventative maintenance, to lessen the potential of a future occurrence.



Safety



The equipment must meet all Federal, State, and local safety requirements. All services to be performed on-site within the BEP shall be performed in a manner consistent with the BEP’s Office Environmental , Health and Safety (OEHS) policy and applicable EHS laws, regulations and other applicable requirements.



The equipment must be provided meeting the specification above without replacement. The equipment shall comply with American National Standards Institute (ANSI) and (OSHA) standards. ANSI and OSHA standard can be found at https://www.osha.gov/SLTC/poweredindustrialtrucks/standards.html. As well, the equipment shall include the OSHA service based on the usage interval of 500 hours. The equipment shall meet standard for industrial trucks, ANSI/ITSDF B56.1-2016 – Safety Standard for Low Lift and High Lift Trucks which can be found at https://blog.ansi.org/2016/10/ansiitsdf-b561-2016-low-high-lift-trucks/. The Contractor shall provide a listing of all hazardous materials used on the vehicle; if there are no hazardous materials used, this shall be stated on the offer. The Contractor shall provide safety data sheets of all hazardous materials, if any.



DELIVERABLES



The contractor shall deliver all items in support of this effort within in 90 days after issuance of award to the BEP WCF.



The following DELIVERY information must be provided when scheduling delivery appointments to BEP facilities:




  • Name of supplier/manufacturer

  • Contract/Purchase Order Number

  • Total number of cartons or pallets

  • Total weight

  • Date and Time of Delivery



Delivery Address:



Bureau of Engraving and Printing



Western Currency Facility (WCF)



9000 Blue Mound Road



Fort Worth, Texas 76131



Vendors must contact Western Currency Facility General Stores/Receiving at (817) 231-4168 or (817) 847-3664 and the COR at (817) 231-4205 to notify of the approximate delivery time and date. Deliveries are accepted during the operating hours of 7:00am to 2:00pm. After hours contact numbers are (817) 231-4168 or (817) 847-3664 (voicemail). WCF General Stores/Receiving operating hours are from 6:00am to 2:30pm CST Monday through Friday, excluding Federal Holidays. To resolve any delivery issues, please contact WCF General Stores/Receiving Management at (817) 231-4165 or (817) 231-4167. Vendors and Delivery Services may call (817) 847-3855 if they have questions or require assistance.


Attachments/Links
Contact Information
Contracting Office Address
  • 14TH&C STREET, SW
  • WASHINGTON , DC 20228
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >