This sources sought announcement is for information, planning and market research purposes only. It does not constitute a commitment on the Government's part; therefore a contract may not be awarded as a result of this sources sought announcement. The Mission and Installation Contracting Command-Fort Belvoir (MICC), on behalf of the Arlington National Cemetery (ANC), intends to purchase two (2) new salt spreader kits, one of them to be installed on site at ANC. Both kits shall include a one (1) year at a minimum manufacturer's warranty guaranteeing spreaders to be free from defect. Installation shall include a one (1) year contractor's warranty guaranteeing to be free from defect. The vendor shall provide a capability statement that addresses how the vendor will provide the supplies, materials and equipment necessary to meet the Government's minimum requirements.
SPECIFICATIONS
Capacity:
At least 3 cu. Yd Capacity
Overall length not less than 96 quote mark and no greater than 139 quote mark ; Width not less than 58 quote mark and no greater than 70 quote mark ; Height not less than 37 quote mark and no greater than 45 quote mark
Vehicle Application:
Recommended use, dump bodies and flat beds with a GVW
chassis of 15,000 to 26,000 lbs.
General:
Self contained hopper
Spread free flowing materials sand and/or salt
Spread width range from no less than 2' and no greater than 40'
V-box
Material hopper:
12-gauge Stainless-steel
Power Source:
Hydraulic Drive:
Gas Engine: 10.5 horsepower, Briggs & Stratton Intek
Description for the Spreader Kits (Manufacturer Warranty Included):
Item Description Quantity
1 3.5 Cubic Yard capacity (8') 2
2 304 Stainless Steel Hoper 2
3 Hopper width 70 quote mark 2
4 Length (Hopper) 96 quote mark 2
5 Length (Overall) 115.9 quote mark 2
6 Overall Height 45.5 quote mark 2
7 Overall Width 70 quote mark 2
8 Adjustable Feedgate 2
9 Power Source: Gas Engine - 10.5 HP, Briggs & Stratton Intek 2
10 Spinner Assembly: Four (4)external baffles - three (3) adjustable & one (1) fixed 2
11 Spinner chute: Has two (2) adjustable internal baffles 2
12 4 Hinged Top Screen; 1/4 quote mark bars 2
13 Inverted V Stainless Steel 2
14 Bolt - on spinner housing 2
15 18 quote mark Spinner Disc 2
16 Standard Chute 2
17 Control In- cab Control Console 2
18 Feed Mechanism conveyor 2
19 Mounting 4 point tie down or tailgate latch (option) 2
20 Spread Width 4-30 ft
21 Spreading Material bulk salt; 50/50 salt/ sand mix
22 Stainless Steel Cab Guard 2
23 Spreader Hold Down Kit 2
DELIVERY LOCATION: Arlington National Cemetery, Arlington, VA 22211
Delivery and Installation
o Contractor shall be responsible for installation of one Salt Spreader a Ford F-550 (light dump truck) or equivalent.
o Contractor shall be responsible for cleanliness on the grounds of ANC.
o Contractor shall be responsible for packing, transporting, unloading and unpacking all of the equipment either produced or purchased
The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Packages shall be submitted by 12:00PM EST, 15 December 2014. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures.
Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 333120 with a size standard of 750 employees are encouraged to submit their capability packages. The capability packages for this source sought is not a proposal, but rather statements regarding the company's existing experience in relation to the areas specified above. Capability packages shall not exceed five (5) pages and shall be submitted via e-mail to Shola Martyn, at
[email protected] with a courtesy copy (cc) to Haydee L. Soto-Carreras, at
[email protected] at no cost to or obligation to the Government.
Areas or tasks where a contractor does not have prior experience should be annotated as such.
To assist us in maintaining a list of small business interest concerns for this procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code Shola Martyn, at
[email protected] with a courtesy copy (cc) to Haydee L. Soto-Carreras, at
[email protected], for this procurement.
All amendments will be posted and must be retrieved from this website. quote mark Responses to the Sources Sought must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. No phone calls will be accepted. Contractors are responsible for all costs for submitting their capability packages. POC is Shola Martyn, at
[email protected] or Haydee L. Soto-Carreras, at
[email protected].
Bid Protests Not Available