Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2007 FBO #2201
MODIFICATION

U -- To determine potential sources capable of providing training services on construction engineering equipment, to include instructors, equipment and all necessary equipment maintenance and service at Fort Leonard Wood, Missouri.

Notice Date
12/4/2007
 
Notice Type
Modification
 
NAICS
611692 — Automobile Driving Schools
 
Contracting Office
ACA, Maneuver Support Center and Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
 
ZIP Code
65473-0140
 
Solicitation Number
W911S7-08-1STBDE02
 
Response Due
12/12/2007
 
Archive Date
2/10/2008
 
Point of Contact
Raymond Gilbreath, 573-596-0265
 
E-Mail Address
Email your questions to ACA, Maneuver Support Center and Fort Leonard Wood
(raymond.gilbreath@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION FOR PROPOSALS OR QUOTES. The following is a SOURCES SOUGHT NOTICE for companies who are able to perform the functions described herein. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Go vernment to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published on Federal Business Opportunities (FBO) NAICS: 621111; Standard Business Size: $6.5M This Sources Sought Synopsis is in support of a market survey being conducted by the Army Contracting Agency, Directorate of Contracting at Fort Leonard Wood, Missouri to determine potential sources capable of providing training services on construction en gineering equipment, to include instructors, equipment and all necessary equipment maintenance and service at Fort Leonard Wood, Missouri. All construction equipment provided as part of the instructional service should match as closely as possible, the co nstruction equipment currently in use by the US Army at Fort Leonard Wood, Missouri. The governments primary emphasis for the instructional construction equipment is the operator controls configuration. Operator controls of provided equipment should mat ch as closely as possible those of the equipment currently in use by the US Army at Fort Leonard Wood, Missouri. See descriptions below. It should be assumed that no government maintenance facilities are available to the vendor for the maintenance of equ ipment. All student materials will be provided by the government. All classroom facilities, instructional devices/automation, and required support items will be provided by the government. All fuel for equipment will also be provided by the government. Course #1. US Army 21E10 Heavy Construction Equipment Operators Course. Training services must be in accordance with the approved Program of Instruction (POI) for the US Army 21E10 Heavy Construction Equipment Operators Course. . 1. The US Army Caterpillar D7G Crawler Tractor (Bulldozer). Instructor hours: 60, student load: 30-35, student to equipment ratio: 1:2, instructor to student ratio: 1:6 a. Caterpillar model 3306, 6 cylinders, in line, turbo charged, diesel driven. Produces 200 horsepower at 2000 RPM's b. Medium Drawbar Pull c. Drawbar pull 35,000lbs (15,890 kg) d. Ground pressure 10.3 lbs/in (71.01 kps) e. Ground clearance 13.7 in (34.798 cm) f. Capable of negotiating slopes Fore and Aft 45 degrees or Side 35 degrees g. Straight Blade, Tilt 12 inches (30.48 cm) left or right of center, Pitch blade forward or back 10 degrees 2. The US Army Caterpillar 130G Motorized Road Grader. Instructor hours: 60, student load: 30-35, student to equipment ratio: 1:2, instructor to student ratio: 1:6 a. Four cylinder diesel engine b. Six speeds forward and reverse c. 9 control levers in the cab all configured around the steering wheel d. Capable of scarifying operations with scarifier log located between front tires and moldboard e. 12 ft moldboard with float control f. Articulated steering g. Locking differential, tandem rear wheels 3. The US Army Caterpillar 621B Motorized Scraper. Instructor hours: 40, student load: 30-35, student to equipment ratio: 1:2, instructor to student ratio: 1:6 a. Self-propelled b. 14-18 Cubic Yard capacity. c. Double-acting hydraulics for positive cutting edge penetration, apron closure and material ejection. d. Engine model 3406, provides 330 HP flywheel power e. Automatic fuel injection timing advance for performance at all RPM. f. Transmission is eight speeds forward. g. Brakes are air actuated, cam-operated with expanding shoes. 4. The US Army Case MW24C Bucket Loader. Instructor hours: 40, student load: 30-35, student to eq uipment ratio: 1:2, instructor to student ratio: 1:6 a. 2 1/2 CU Loader b. Needs to have a ROPS system c. Frame steering with 4X4 d. 4 in 1 multi-purpose bucket 5. The US Army rM1090 Dump Truck. Instructor hours: 40, student load: 30-35, student to equipment ratio: 1:2, instructor to student ratio: 1:6 a. Vehicle Model M1090 b. Cab 3-Man, cab-over-engine c. Tires Super singles with CTIS d. Length 283 inch (7,182 mm) e. Height 112 inch (2,845 mm) f. Width 96 inch (2,438 mm) g. Wheel Base 161 inch (4,100 mm) h. Curb Weight (No Kits, Crew, Fuel) 21,978 lb (9,969 kg i. Ground Clearance Loaded 22 inch (559 mm) j. Approach Angle 40o k. Departure Angle Standard 44o l. Steering Wheel Adjustable, tilt and telescopic m. Steering Type Power assist n. Caterpillar, Diesel, 6-Cylinder 6.6 L, turbocharged and after cooled o. Rating 290 hp (216 kW) @ 2600 rpm, EPA-certified p. Governor Mechanical q. Fuel Diesel, DF-2, JP-4, JP-8, V V-F-800 r. Oil 18 qt (17 L) (MIL-L-2104D, MIL-L-46167) s. Cooling Water, radiator t. Fan Engine-driven, clutch-type u. Transmission Allison Fully automatic, electronically controlled i. Speeds 7 speeds, automatic/select ii. Full-time All-wheel Drive Integral transfer case with locking interaxle differential iii. Normal Operation 30% torque front wheels, 70% torque rear wheels iv. Off-Road (locked diff.) Equal speed front-to-rear v. Oil 31.8 qt (30 L) (MIL-L-2104D, MIL-L-46167) vi. Wheel End Ratio 2:1 vii. Overall Axle Gear Ratio 7.8:1 v. Front Axel Steering Angle 35o w. Brakes Air-activated, internal expansion (wedge) x. Tire Inflation System Eaton Electronic (cab-mounted) controls - Highway - Cross-country - Sand/Mud/Snow - Emergency y. Dump Bed Construction Welded steel, 5 cu yd (4 m3), 10,000 lb (4,536 kg) capacity Course #2. US Army 21J10 General Construction Equipment Operators Course. Training services must be provided in accordance with the approved Program of Instruction (POI) for the US Army 21E10 Heavy Construction Equipment Operators Course. 1. The US Army John Deer 230LCR Hydraulic Excavator (HYEX). Instructor hours: 40, student load: 6-10, student to equipment ratio: 1:2, instructor to student ratio: 1:6 a. 170 horse power b. 12 foot dipper arm c. Hydraulic thumb d. Quick disconnect bucket assembly 2. The US Army AT422 Crane. (GROVE). Instructor hours: 72, student load: 6-10, student to equipment ratio: 1:2 instructor to student ratio 1:4 a. Approximately 22 Ton Capacity b. Hydraulic crane (joy stick operated in superstructure) c. 27  70 Boom d. Four lift capabilities (360? on Outriggers, 360? on Rubber, Defined arch and Pick& Carry) e. Four Steering Modes (Front Wheel Steering, Rear Wheel Steering, Four Wheel Steering & Crab Steering) Questions the government would like answered: 1. What is the availability of suitable equipment (as close as possible to the current Army equipment) in sufficient numbers to meet the need and if like items are not available, what types are? Detailed information related to operator controls and other e quipment specifications are requested if they deviate from current Army items. 2. What is the lead time required from contract award to start-up. The government is very time constrained for this need and rapid start up would be required in the event of any future possible contract award. 3. What is the rough order of magnitude cost for the provision of these services over 1, 2, 3, 4 or 5 years? 4. What recommendations would industry offer the government in the most efficient ways to offer a contract of this nature. The Army Contracting Agency, Directorate of Contracting at Fort Leonard Wood, Missouri, is seeking businesses to submit a capability statement which must address all requirements stated herein. Particular attention should be given to describing how the s ervices being offered would be provided in terms of contract performance strategies. Any information submitted by respondents to this Sources Sought is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought. The Government requests interested offerors submit one (1) c opy of their capability response no later than 4:00 p.m., Central Standard Time, on December 12, 2007 to the following address: Directorate Of Contracting, Attn: Judy I. Mathis, 561 Iowa Avenue, Fort Leonard Wood, MO. 65473, or electronic submittals in MS Word or Adobe Acrobat format addressed to judy.mathis@us.army.mil not later than December 12, 2007. Please direct any questions on this announcement to Ms. Judy I. Mathis at the afore mentioned email address.
 
Place of Performance
Address: ACA, Maneuver Support Center and Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
Zip Code: 65473-0140
Country: US
 
Record
SN01463031-W 20071206/071204224952 (fbodaily.com)
 
Source
FedBizOpps 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.