Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2005 FBO #1258
SOLICITATION NOTICE

37 -- TRACK LOADER & BRUSH CUTTER FOR SHREDDING SLASH & BRUSH

Notice Date
5/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 IBET Province, Tahoe N.F., 631 Coyote Street, Nevada City, CA, 95959-2250
 
ZIP Code
95959-2250
 
Solicitation Number
RFQ-IBET-03-05-074
 
Response Due
5/16/2005
 
Archive Date
5/31/2005
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotation will not be issued. This is solicitation number RFQ-IBET-03-05-074 and it is being issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 333111 with a small business size standard of 500 employees. This solicitation is a Total Small Business Set-Aside and all qualified offerors may submit a quote. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGAR) can be accessed on the Internet at http://www.arnet.gov/far/ and http://www.usda.gov/procurement/policy/agar/html. The USDA Forest Service, Eldorado National Forest wishes to purchase a Mustang MTL25 Track Loader with a Bull Hog Brush Shredding (rotary drum cutter) attachment, Model BH74SS Wood Shredder or their equal. The unit will be used to cut and grind slash and brush, up to 6? in diameter, in forest plantations and fuel treatment areas on slopes up to 30%. Pricing is to be FOB Destination. Delivery is to be 60 to 120 days after receipt of order (ARO). Inspection and acceptance will be at destination. Inspection will include determining if the delivered items are operational as a package. Delivery location: USDA Forest Service, Placerville Work Center, 2350 Carson Road, Placerville, CA 95667. ITEMS: 1 EACH Mustang MTL25 Track Loader (or equal): 1 EACH BH74SS Wood Shredder, Bull Hog Brush Shredding Attachment (or equal): Trade-In allowance for Hitachi Excavator (Quoting a trade-in allowance is optional; however, please refer to the evaluation factors in this solicitation). It a Hitachi EX150 EXCAVATOR, with 9771 hours of use and it comes with a slash buster cutting head. The machine has had a new engine, hydraulic pump, and under carriage sometime in the last 3 years. It looks rough but run strong, boom and stick pins are tight. If vendors are interested in personally viewing the Hitachi, contact John Rothballer, USDA Forest Service, at 530-621-5285 to make an appointment. SALIENT SPECIFICATIONS FOR COMPACT TRACK LOADER: SIZE: Length (without attachment) 115 to 125 inches Width (Outside of tracks, w/o bucket) NTE 72 inches Height (with operator cab) 85 to 95 inches Bucket Rating-(SAE heaped)-dirt-type 22 cubic feet (minimum) Bucket Width ? overall NTE 84 inches Ground Clearance (between tracks) 14 inches (minimum) PERFORMANCE: Clearance Circle, Front (with bucket) NTE 106 inches Reach at Maximum Height 93 inches (minimum) Cutting Edge Clearance Height (dirt bucket ? full dump) 53 inches (minimum) Rollback at ground 32 degrees (maximum) Travel speed ? Two-speed 6.9 (minimum) Tipping Capacity ? (SAE) 7050 lbs (minimum) Rated Operating Load ? (SAE) 3500 lbs (minimum @ 50% Tip) Bucket Break-Out Force 8500 lbs (minimum) HYDRAULICS: Must have minimum 16.5 gallon independent hydraulic reservoir. Pump to be gear-type capable of providing minimum 23 GPM for auxiliary hydraulic couples. Hi-flow auxiliary hydraulics must be capable of providing a minimum of 39.6 GPM. Pump is to be factory installed. System pressure to be a minimum 2950 PSI. Valves are to be three-spool, closed ?center standard; lift (with float detent), bucket tilt, and auxiliary function standard equipment. Hydraulic bucket self-leveling lift action to be provided as standard equipment. Four double-acting cylinders with a 3300 PSI rating. PAINT: Paint is to be durable, anti-corrosive, non-lead/non-chromatic construction yellow enamel. DRIVE: Pilot operated joystick controls. Hydrostatic pump directly coupled to engine with hydraulic oil flow to high torque, radial piston hydraulic motors. High mount track drive design. Motors direct drive planetary transmission to drive rubber tracks. Rubber tracks of heavy duty design. Steel mandrils imbedded inside track design. Carriage has all steel flotation rollers (no rubber components allowed), 5 per carriage side. Tracks must be steel belted rubber construction. ENGINE: Four-cylinder, liquid-cooled, turbo-charged diesel, minimum 97 Net HP at 2200 RPM. Dual element air cleaner and glow-plugs to be provided as standard equipment. 12V system with minimum 80 ah amp alternator. CONTROLS: Steering: Forward, reverse, speed, and steering controlled by one independent hand control lever with hydraulic power assist. Lift Arm: Lift and tilt valves to be controlled by one independent hand control lever. (Auxiliary valve control, by push-button control in control handle furnished as standard equipment). Instruments: Instrument panel and condition indicators mounted on right side within operator?s line of sight. Fuel, coolant temperature, and hourmeter gauges required. Other warning indicators by lights. Automatic engine shutdown is required. CAB FEATURES: Cab is to have air conditioning/heater unit. Factory installed cab with a vandal package (it has to have a key lock). SAFETY EQUIPMENT: Brush Cutter is to have operator cab and side screens. Operator cab to meet SAE specifications J1040 and J1043 for Rollover Protective Structure and Falling Object Protection (ROPS/FOPS), and to have Level II certification. Operator ROPS/FOPS to be capable of rotating backward for maintenance. Parking brake and work lights. Seat belt Additional operator protection shall be provided by a seat bar which prevents lift arm and tilt operation, auxiliary hydraulics, and activate brakes. Grab handles to assist operator mounting and dismounting. Operational instructions and warnings to be displayed by pictorials and/or symbols. A weather-resistant Operator?s Manual, in English, to be furnished in written format, in a holder that is located on the loader. A complete set of Repair and Parts Manuals, in English. SALIENT SPECIFICATIONS, BULL HOG STYLE SHREDDING ATTACHMENT Capable of shredding brush/scrub growth, branch, 12? stumps, slash, 8? diameter standing trees and brush piles. Capable of shredding material completely to grade level and disturb the surface up to 2? deep. Must shred material toward the ground. Shred material finely; majority of material must be 4? or less. Powered by bent axis hydraulic motor and capable of operating pressures up to 3500 psi. With simple pressure adjustment and hose kits unit is to be capable of reaching 6000 psi operating pressure. Hydraulic rotor brake rated up to 45 gpm. The hydraulic brake shall bring the rotor to a complete stop from full speed within 8 seconds of motor shut-off. Brake to be installed in the attachment. Hammermill rotor weldment is comprised of 6 steel plate spokes projecting radially from the rotor tube and welded solid for the entire working length of the rotor. Bolt-on stub shafts EVALUATION FACTORS: The evaluation factors to be considered are: a) ability to provide brand name item or equal [equal must meet or exceed the salient characteristics listed below]; b) past performance; c) warranty conditions; d) maintenance/service availability; e) whether a trade-in is offered (trade-in means picking up and removing the Hitachi; and f) price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be best value to the Government. SUBMISSION OF QUOTES: Submit Quote To: USDA Forest Service, Eldorado National Forest, 100 Forni Road, Placerville, CA 95667 or via FAX to 530-621-5258. Responses are due May 16, 2005 by close of business (4:30 pm) The contractor agrees to hold the prices in the offer firm for 30 calendar days from the date specified for the receipt of offers. Contractors wishing to respond to this COMBINED SYNOPSIS / SOLICITATION FOR COMMERCIAL ITEMS should provide this office with a price quote for the requested equipment, submitted on company letterhead that includes address and phone number. Also include DUNS number and Tax Identification Number with the quote. Quotes are to include delivery time from receipt of order. Quotes need to specify warranty offered and locations of/availability of service. Offerors shall provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. (Copy can be obtained at http://www.arnet.gov/far/loadmainre.html and click on Part 52 and then the clause number.) Contractor shall also provide product literature, brochures, references, and any information to enable the Government to make a determination as to whether contractor meets the evaluation factors listed in this solicitation. (For additional details on the type of submittal information to be included, see FAR Clause 52.212-1, Instructions to Offerors-Commercial Items) All responsible vendors must be registered in Central Contracting Registration (CCR). You may register on line at http://www.ccr.gov . PROVISIONS AND CLAUSES: The provision at 52.212-1, Instructions to Offerors Commercial Items (Jan 2005) applies to this solicitation. The Clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003) applies to this solicitation. ADDENDUM TO 52.212-4: 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must? (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jan 2005), applies to this acquisition. The following paragraphs are applicable: (a); (b); (1); (5ii);(u); (14); (16); (17); (18); (19); (20); (21); (23); (26); and (31). If there are any questions regarding this solicitation, please contact Carrol Jagger, Contracting Officer, 530-621-5232 or via email: cjagger@fs.fed.us
 
Place of Performance
Address: USDA Forest Service, Eldorado National Forest, 100 Forni Road, Placerville, CA
Zip Code: 95667
 
Record
SN00801454-W 20050507/050505211653 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.