Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SOURCES SOUGHT

38 -- To determine potential sources capable of providing construction engineering equipment for a period of 12 months, with a 6-month option period.

Notice Date
3/20/2009
 
Notice Type
Sources Sought
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, NRCC, General Support Division, ACA, NRCC, General Support Division, Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-09-1STBDE02
 
Response Due
3/30/2009
 
Archive Date
5/29/2009
 
Point of Contact
Eleanor Epps, (757) 878-3166<br />
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION FOR PROPOSALS OR QUOTES. The by the Government for any purpose. Requests for a solicitation will no 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 t receive a response. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP)/ Invitation for Bid (IFB) number and the announcement will be published on Federal Business Opportunities (FBO) NAICS: 333120; Standard Business Size: 3531. This Sources Sought Synopsis is in support of a market survey being conducted by the Army Contracting Agency, MICC Center Fort Eustis, Mission and Installation Contracting Command, Fort Eustis, VA, to determine potential sources capable of providing construction engineering equipment f or a period of 12 months, with a 6-month option period. Additional option periods are possible pending higher headquarters approval. Lease will include all necessary maintenance and services on sight at Fort Leonard Wood, Missouri, to include replacemen t of equipment that has been inoperable for 7 days. These requirements include the following: 1. The US Army Caterpillar D7G Crawler Tractor (Bulldozer) or equivalent model. Quantity sought: 52 Equipment provided must match the configuration and capabilities of the Army D7G to the maximum extent possible, to include size, weight, and controls. P erformance specifications should match as closely as possible the following: a. Caterpillar model 3306, 6 cylinder, 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 or equivalent model. Quantity sought: 39 Equipment provided must match the configuration and capabilities of the Army 130G Grader to the maximum extent possible, to include size, weight, and controls. Performance specifications should match as closely as possible the following: 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 John Deer 230LCR Hydraulic Excavator (HYEX) or equivalent model. Quantity sought: 8 Equipment provided must match the configuration and capabilities of the Army 230LCR HYEX to the maximum extent possible, to include size, weight, and contro ls. Performance specifications should match as closely as possible the following: a. 170 horse power b. 12 foot dipper arm c. Hydraulic thumb d. Quick disconnect bucket assembly 4. The US Army Caterpillar 621B Motorized Scraper or equivalent model. Quantity sought: 8 Equipment provided must match the configuration and capabilities of the Caterpillar 621B motorized scraper to the maximum extent possible, to include size, weight, and controls. Performance specifications should match as closely as possible the following: 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. 5. The US Army Case MW2 4C Bucket Loader or equivalent model. Quantity sought: 15 Equipment provided must match the configuration and capabilities of the MW24C Bucket Loader to the maximum extent possible. to include size, weight, and controls. Performance specifications shoul d match as closely as possible the following: 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 6. The US Army AT422 Crane or equivalent model. (GROVE). Quantity sought: 11 Equipment provided must match the configuration and capabilities of the AT422 Crane to the maximum extent possible, to include size, weight, and controls. Performance specific ations should match as closely as possible the following: a. Approximately 22 Ton Capacity b. Hydraulic crane (joy stick operated in superstructure) c. 27 ft 70ft 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) 7. The US Army rrrrrrrrM1090 Dump Truck or equivalent model. Quantity sought: 5 Equipment provided must match the configuration and capabilities of the M1090 Dump Truck to the maximum extent possible, to include size, weight, and controls. Performance specifications should match as closely as possible in the following: a. Vehicle Model M1090 b. Cab 3-Man, cab-over-engine c. Tires Super singles with CTIS d. Length 283 in (7,182 mm) e. Height 112 in (2,845 mm) f. Width 96 in (2,438 mm) g. Wheel Base 161 in (4,100 mm) h. Curb Weight (No Kits, Crew, Fuel) 21,978 lb (9,969 kg i. Ground Clearance Loaded 22 in (559 mm) j. Max Speed Governed, at Gross Weight 58 mph (94 km/h) k. Range Minimum, at Gross Weight 300+ mi (483+ km) l. Max Grade 60% m. Approach Angle 40o n. Departure Angle Standard 44o o. Seat Design Fore/Aft adjustable p. Steering Wheel Adjustable, tilt and telescopic q. Steering Type Power assist r. Storage (behind seats) 4 cu-ft each s. Cab Suspension Air spring with integral dampers t. Caterpillar, Diesel, 6-Cylinder 6.6 L, turbocharged and aftercooled u. Rating 290 hp (216 kW) @ 2600 rpm, EPA-certified v. Governor Mechanical w. Fuel Diesel, DF-2, JP-4, JP-8, V V-F-800 x. Oil 18 qt (17 L) (MIL-L-2104D, MIL-L-46167) y. Cooling Water, radiator z. Fan Engine-driven, clutch-type aa. 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 bb. Front Axel Steering Angle 35o cc. Brakes Air-activated, internal expansion (wedge) dd. Tire Inflation System Eaton Electronic (cab-mounted) controls - Highway - Cross-country - Sand/Mud/Snow - Emergency ee. Dump Bed Construction Welded steel, 5 cu yd (4 m3), 10,000 lb (4,536 kg) capacity ff. Self Recovery Cable 280 ft (85.3 m) line capacity; 15,500 lb (7,031 kg) bare drum line pull; 110% overload Additional Information: The need for this equipment exists in the function of training new service members to operate the current equipment that is utilized by the US Army and in some cases other services of the Department of Defense. Therefore, it is mo st important to identify equipment that would most closely match the physical configuration, especially in the area of operator controls, of the equipment that is already in use by the government. Variations in size, horsepower, lift capacity, etc. may be deemed suitable by the government. The Army Contracting Agency, MICC Center Eustis, Mission and Installation Contracting Command, Fort Eustis, VA., is seeking businesses to submit a capability statement which must address all requirements stat ed herein. Particular attention should be given to describing how the equipment being offered both matches and differs from the current Army equipment. Detailed description of operator controls, to include photos and/or diagrams are requested. Capabili ty statement should include pricing and delivery information. 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. on March 30, 2009 to the following address: MICC Center Fort Eustis, Mission and Installation Contracting Command, Fort Eustis, VA 23604, Attn: Eleanor Penny Epps, 2746 Harrison Loop, Fort Eustis, VA 23604, or electronic submittals in MS Word or Adobe Acrobat format addressed to penny.epps@us.army.mil not later than March 30, 2009. Please direct any questions on this announcement to Penny Epps at 757-878-3166, X3222, or to the afore mentioned email. All questions shall be submitted in writing no later than 25 MAR 09.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4604f56330a7d0e0c5f90522717787d9&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Maneuver Support Center and Fort Leonard Wood, Directrate of Contracting P.O. Box 140 Fort Leonard Wood MO<br />
Zip Code: 65473-0140<br />
 
Record
SN01774588-W 20090322/090320221221-4604f56330a7d0e0c5f90522717787d9 (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.