Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2011 FBO #3368
SOURCES SOUGHT

38 -- Sources Sought "Front End Wheel Loader

Notice Date
2/11/2011
 
Notice Type
Sources Sought
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF11RSS12
 
Response Due
2/18/2011
 
Archive Date
4/19/2011
 
Point of Contact
Valerie Reller, 509-527-7215
 
E-Mail Address
USACE District, Walla Walla
(valerie.k.reller@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The U.S. Army Corps of Engineers, Walla Walla District is seeking small business sources for a supply requirement entitled: "Front End Wheel Loader". This is scheduled to be issued as a Firm Fixed Price contract. The purpose of this sources sought is to determine interest and capability of potential qualified 8(a) small businesses, Historically Underutilized Business Zone (HUBZONE) small businesses and Service Disabled Veteran Owned Small Businesses (SDVOSBs) relative to the North American Industry Classification code (NAICS) 333120. The Small Business size standard for this NAICS code is 750 Employees. To make an appropriate acquisition decision for this project, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS (1)Your intent to submit a proposal for this project when it is formally advertised (2)Name of firm with address, phone and point of contact. (3)CAGE Code, DUNS number or a copy of your Central Contractor Registration (CCR) information (4)Statement of Capability (SOC) stating your skills, experience, knowledge required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in similar products, up to three (3) past projects for which your firm was the prime contractor. The SOC should be no more than three pages in length. Firms responding to this sources sought synopsis, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition. Where to send responses U.S. Army Corps of Engineers 201 North Third Avenue ATTN: Contracting/Valerie Reller Walla Walla, WA 99362 Phone: (509) 527-7215 Fax: (509) 527-7802 E-mail: Valerie.K.Reller@usace.army.mil Response deadline February 18, 2011 at 3:00 p.m. (Pacific Standard Time) Place of Performance Ice Harbor Dam Pasco Resources Shop 1230 Ainsworth Drive Pasco, WA 99301 Requirement description for Ice Harbor Dam Front End Wheel loader Supply project: Purchase of a front end wheel loader for Levee and Dam maintenance for the Walla Walla District of the US Army corps of Engineers. The Front End Wheel Loader is required to be delivered to the Pasco Resources Shop in Pasco WA on or before September 30, 2011. Failure to deliver will be cause for rejection and return of the late equipment. The front end wheel loader shall be a Caterpillar 930H or "Approved Equal". It shall be fully capable, equipped as described, and ready for all intended uses upon delivery. The wheel loader shall not be modified in order to meet the functional and performance requirements of this specification, other than the addition of optional items. The wheel loader shall be the manufacturers' newest model and comply in all respects with the requirements specified herein. Note: The wheel loader shall be new with only minimal hours on the machine from the factory from testing and transportation to the project. The critical defining elements for the wheel loader include: 160 net horsepower (SAE J1349) diesel engine Auto shift transmission with 4 forward / 3 reverse gears 4WD with limited slip differentials Ride control system for load retention Tires shall be 20.5 R25, radial (L-2/L-3) Additional counterweight of 850 lbs. min VersaLink loader linkage Hydraulic quick coupler for attachment changes (Integrated Toolcarrier Quick Coupler) Multi-Purpose 4 in 1 loader bucket with 3.0 cu yd capacity with heavy duty lifting hook Additional carriage pallet fork attachment for loader Hydraulic control auxiliary, third Integrated third function hydraulic joystick control Operating weight shall not exceed 30,000 lbs. Max ship length shall not exceed 28 ft. Height to top of cab shall not exceed 10'-9" Ground clearance shall not be less than 15" ROPS cab Cloth suspension seat with 2" min retractable seat belt Skid plate to protect undercarriage Left and right hand doors and steps for cab Auxiliary cab mounted flood lights Beacon light Air conditioning and heater AM/FM radio Two (2) complete printed copies of a comprehensive maintenance manual, shop manual, operations manual and parts manual. 3rd copy to be provided on CD ROM. Manuals shall include repair instruction, descriptions of normal maintenance activities, and recommended spare parts list. Two complete sets of filters for the hydraulic, oil, and fuel shall be provided as part of this contract as part of routine preventative maintenance to be performed on this unit in the future. Two (2) complete printed copies of a comprehensive Operation and Maintenance (O&M) Manual shall be provided with each piece of equipment. The O&M Manual shall be specific to the VIN number of each unit and comprehensive in nature. The manuals shall include the following sections or sub-manuals: Operating manual Maintenance manual Service procedures/manual Parts list (or line ticket that provides part or assembly numbers for all components of the equipment) Engine operation, maintenance, repair and parts manuals The third copy of the O&M manual shall be electronic and provided on a CD ROM. Other information: The solicitation will be posted to the Federal Business Opportunities web site (www.fbo.gov) when released. Quotes/Proposals will be due approximately 30 days after the actual solicitation issuance date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF11RSS12/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02378510-W 20110213/110211234337-8372fc4381c196c27195a7c834f9d7fe (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.