To place a bid or register go to Unison Marketplace

View Details for Buy # 1068700

General Buy Information

Buy #: 1068700  
Solicitation #: PCDKWD20210610
Buy Description: PCD Sweeper
Category: 38 -- Construction, Mining, Excavating, and Highway Maintenance Equipment
Sub Category: 3825 -- Road Clearing, Cleaning, and Marking Equipment
NAICS: 333924 -- Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: MICC End User
End Date: 06/15/2021
End Time: 11:30 ET
Seller Question Deadline: No Seller Question Deadline Set
Delivery: 180 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 Sweeper must contain the following specifications: 119.7 in (3040 mm) - height, 192 in (4877 mm) - length 127.4 in (3236 mm) – center of tire to center of tire length 102 in (2591 mm) – tire to tire width, 120 in (3048 mm) – brush to brush width, Wheel Base 127.4 in (3236 mm) One axle in the front with both tires, only a center wheel in the rear SWEEPING PATH One side broom 8 ft (2438 mm), Two side brooms 10 ft (3048 mm) HOPPER CAPACITY Volumetric Capacity: 3.5 cu yds (2.7 cu m), Time to tilt hopper 17 sec HOPPER DUMPING Maximum dump height: 9 ft 6 in (2895 mm), Time to retract to working position 21 sec, Design lift capacity 9,000 lbs (4,080 kg) TRAVEL SPEED 20 mph (32 Km/h) WATER SPRAY SYSTEM Tank capacity: 220 gal. (833 L) ENGINE (make and type) John Deere 4045TF150, 4.5L Diesel 4-cylinder turbocharged Horsepower 99 hp (74 kW) @ 2,500 RPM, Bore 4.19 in (106.43 mm), Torque 274 ft-lbs (372 Nm) @ 1,400 RPM, Fuel tank capacity 35 gal (132.5 L), Stroke 5.0 in (127 mm). Hydrostatic drive Single foot pedal for forward/reverse. Tires must be Front 11R22.5 14ply (2) and Rear 10R17.5 16 ply (2) and wheels must be Front Steel disk type and Rear Dual steel disk type mounted on alloy steel axle Sprung guide wheel. Must have Tier 4F low emission diesel, have a hydrostatic transmission. Must contain Auto-Lube automatic lubrication system, Conveyor, lower roller washout, Various dirt shoe offerings, Engine pre-cleaner, In-cab side broom tilt, Lower roller deflector, Air suspension seat(s), dual steering wheels, Cold weather start aid, Heated/remote mirrors. Must have the following: DRY DUST CONTROL SYSTEM, MEMORY SWEEP, CORROSION-RESISTANT WATER SYSTEM, VARIABLE HEIGHT FRONT DUMP HOPPER, NO-JAM DEBRIS CONVEYOR, SIDE BROOM, MAIN BROOM, HYDRAULIC SWEEP SYSTEM, HEAVY-DUTY BRAKE SYSTEM, LOW-MAINTENANCE DRIVE SYSTEM, SINGLE ENGINE POWERED, REAR SUSPENSION, ECOINFUSED TECHNOLOGY, 360° VISIBILITY AND OPERATOR ERGONOMICS, POWERFUL BROOM SYSTEM, UNIQUE SINGLE-ENGINE THREE-WHEEL DESIGN, Engine must be capable of operating on bio-diesel up to B20. Must have gutter broom consisting of the following Vertical digger, Steel plate, Speed Variable with engine RPM, In-cab positioning hydraulic float, Hydraulic motor, Free floating, In/out (recoil spring), up/down, Hydraulic, in cab, pressure sensing, Tempered steel wire. Cab must be ISO mounted Structural steel tube frame Sealed w/ 100% filtered air intake Sound insulated, Doors See-thru with sliding upper windows, Opening From rear, Dust protection Rubber gasket sealed, Windows Safety glass with tinted windshield and tinted sun visors, 360° visibility Tinted upper glass, Heater pressurizer with defroster Multi vent air disbursement, Windshield wipers 2 speed intermittent, with washers, stalk actuation, Mirrors Inside (1); outside, dual west coast with convex inserts and (2) 10 in. oval, Seat(s) 21” wide deluxe foam cushion with belt(s), Steering Tilt and telescoping steering column. 1 EA

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)

Buy Terms

Name Description
Unfunded Requirement This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.
Provisions The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.
Clauses The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions – Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.
SAM Registration IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance
Shipping Shipping is FOB Destination CONUS (CONtinental U.S.).
New Equipment New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.
Quote Submitted Quotes will be valid for 45 days after the auction closing.
Request for Quote This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).
FARsite IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/
NAICS & Size Standard The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf
AMC-Level Protest Program 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.
Service Terms: "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"
Provision 252.209-7999 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.
Provision 252.232-7006 Wide Area WorkFlow Payment Instructions
Clause 252.204-7012 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
PALLETIZATION All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.
Basis of Award IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price.
No Multiple Awards No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.
Clause 252.232-7006 Wide Area WorkFlow Payment Instructions
Vendor Questions Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.
Buy American Act In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
Provision 52.204-26 Representation and Representation Disclosures The form(s) included in the buy must be returned with your quote. Failure to return the form(s) with your quote will result in your quote not being considered for award.
Clause 52.204-25 Reporting During Contract Performance
52.222-26 Equal Opportunity

Shipping Information

City State   Zip Code
Pueblo CO   81006

Seller Attachment(s): Required

Brochure of specification and photo of equipment to be provided

Buy Attachment(s)

No. Document Name   Document Size
001 MANDATORY_-_BUY_AMERICAN_ACT_Provision.docx   13 KB
002 MANDATORY_-_52_204-26.docx   13 KB