Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
SPECIAL NOTICE

99 -- Notice of intent to Award a sole source contract to Honnen Equipment for a Loader, 544K IT4 model for Zion National Park.

Notice Date
3/6/2012
 
Notice Type
Special Notice
 
Contracting Office
IMR - ZION - Zion National Park Attn:Zion National Park, Payments State Route 9 (435) 772-0149 Springdale Utah 84767
 
ZIP Code
84767
 
Archive Date
3/6/2013
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
In accordance with FAR 5.203 (b) (d) and 6.302-1, this notice advertises the government's intent to award a non-copetitive contract to Honnen Equipment for a 544K IT 4 Loader. This is a small business set-aside with a combined trade in value for a older loader. In accordance with FAR 5.207 (c) (15) (ii), all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Responses, or any comments and questions regarding this notice may be directed to Malinda A. Flatray, Contracting Officer, at malinda_flatray@nps.gov. All responses and comments and questions received by March 12, 2012 will be considered. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION FOR SIMPLIFIED ACQUISITIONS OVER $3,000 AND UP TO $150,000 (See FAR 13.106-1) 1.AGENCY AND CONTRACTING ACTIVITY: National Park ServiceZion National Park, Utah Date: 03/02/2012 PR Number: 1594123036 2.NATURE OF ACTION: The National Park Service is requesting award of a non-competitive commercial purchase for a front end loader. 3. DESCRIPTION OF THE ITEM/SERVICE BEING PROCURED AND ITS INTENDED USE: Articulated 4WD loader, engine must be EPA certified interim tier 4 compliant, NO UREA FLUID TO OBTAIN IT4 ENGINE COMPLIANCE. Engine shall be John Deere, and have a displacement of no less than 410 cubic inches (6.8L). Engine net peak torque at 1600 rpm shall be at least 448 ft-lb (607 N-m). Engine shall be equipped with a diesel particulate filter (DPF) and diesel Oxidation Catalyst (DOC) with dosing pump (no inner flame during cleaning cycle permitted) regeneration /cleaning system which will effectively work at normal operating cycles which will not disrupt operation of loader during normal hard working conditions. Emissions package shall be mounted to the top of the engine to allow access to the engine. Engine shall have Auto Idle control to help maximize fuel efficiency: Auto idle feature allows idle speed to drop after a preset time as selected in the display. Engine shall include an Auto Shut Down feature to conserve fuel and extend engine oil change intervals and engine component longevity. Z Bar linage on loader front, standard equipment. Ground clearance with 20.5-25 tires shall be no less than 15.5". Hydraulic 4 in 1 Multi-Purpose Bucket capacity shall be at least 2.7 cubic yards. Machine operating weight shall be no less than 30,000 lbs. Alternator shall be 100 amp minimum capacity. Machine shall have two maintenance free, heavy duty 950 CCA batteries. The cooling system package shall place the radiator, air-conditioner condenser, intercooler, hydraulic, transmission, & optional axle coolers in a unique boxed configuration that is isolated from the engine heat. Every cooler is easily accessible from 2 sides. Cooling system shall be isolated from the engine compartment by a metal shield. Machine shall have a proportionally controlled, hydraulically driven, 90 degree-swing out fan, standard equipment. Variable speed fan shall draw are in from the sides of the machine and exhaust it out the back side of the machine. Machine shall include a programmable fan that automatically reverses at predetermined intervals, ejecting debris from the radiator and cooler cores. A cleaning cycle can be scheduled at any given time through the monitor. The transmission shall be an electronically controlled, adaptive, with load and speed dependent shift modulation. Torque converter power shift transmission. Hydrostatic transmission, not permissible for this application. 4-Forward 3-Reverse gears. Machine shall have four speeds forward with a minimum of 22. mph (36.0 kn/h) and three speeds reverse with a minimum of 15. mph (24.1 km/h). Shift Modes shall be manual, auto to 1st or 2nd, kick down or kick up/down. Ride Control System. The lift cylinders act as shock absorbers, cushioning bumps to allow the loader to navigate rough ground more quickly without losing as much material from the bucket. Ride Control is adjustable between 2-15 MPH. An integrated clutch cut-off/braking system shall reduce axle oil temperatures and improve transmission neutralizer smoothness. Transmission clutch calibration shall be performed from the cab monitor and shall have 3 clutch cutoff settings adjustable on the switch pad. Machine shall feature variable displacement, axial-piston pump, closed-center, and pressure compensating hydraulics system to automatically adjust to operating conditions and provide only hydraulic flow required by the implement. Joystick hydraulic implement controls with integrated Forward, Neutral & Reverse switch and third function lever for multi-purpose bucket. The front axle shall be hydraulically actuated, disc clutch style, locking differential for maximum traction when required but with less tire wear than limited slip or no-spin differentials. Rear hinged cab door shall be able to be opened and closed by the operator while seated. Rear hinged door shall provide a large entry way into the cab for safety. Rear hinged cab door shall open, swing rearward and lock in the open position for maximum ventilation. No gas struts due to maintenance costs. The cab shall have continuous and unobstructed glass from roofline to floor for visibility in tight quarters, 3 piece windshield glass, shall help enhance visibility, increase cab space, decrease sound levels in the cab, and offers less expensive replacement costs than curved glass.1 sealed switch module - main control panel shall be located on the right ROPS post to keep everything in reach of the operator while maintaining visibility to the ground. 1 main control panel shall retain large membrane style switches which contain LED's to denote activation/mode and have a positive feel and "click" to signal activation. Air seat shall have multi-way adjustments and shall feature adjustable lumbar support. No electro-hydraulic single mechanical lift cylinder for opening the rear clamshell hood or doors is acceptable. Mechanical doors with gas struts, latches and locks are acceptable for little or no maintenance. Cab air filters shall be easily accessible from the interior of the cab. The Service Brakes shall be hydraulically actuated, inboard, sun shaft mounted, pressure oil cooled. Self adjusting single disc sealed from water, mud, and dust contamination. Master shutdown switch shall be housed in the lockable battery box RH side ground level. The hydraulic filter shall be in the hydraulic tank. Recommended hydraulic filter change interval shall be 4,000 hours. The hydraulic fluid shall have a rated life of 4,000 hours. Recommended transmission filter change interval shall be 2,000 hours. An OEM (JD LINK) GPS type system shall be available to collect and track information on machine location, service meter hours, productivity information, and other relevant items. The system will be capable to receive new software downloads from the manufacturer to update the machine software if necessary with the owner's approval. 4. AUTHORITY: 10 U.S.C. 2304 (1) AS STATED IN FAR 6.302-1 Only one responsible source, Honnen Equipment, and no other vendor with satisfy agency requirements. 5. PROPOSED CONTRACTOR'S QUALIFICATIONS (FAR 6.303-2 (a) (5): The current heavy equipment located at Zion is old and no longer reliable. The equipment often has to be serviced at the nearest location which is Honnen Equipment. The proposed contractor is willing to offer a trade in amount for the "old" equipment. The proposed contactor is also willing to pick up the old equipment, deliver the new at no additional cost. The proposed contractor is also willing to train maintenance employees how to operate the new equipment. Due to the terrain in Zion and the safety to navigate the equipment it is critical to have a contractor that is within one hour of Zion National Park, The unit will be completely assembled, ready to operate, and delivered to Zion National Park. The dealership for this equipment must be within a 150 mile radius of Zion National Park with the authorization and distribution/franchise rights for the product. They must be a small business, and be able to respond to call out emergency for service/repair or parts that may be needed within 24 hours. The dealer must have qualified trained technicians and parts personnel with well stocked shops and or service trucks with a large selection of parts, tooling and training for the repair of the unit. 6.MARKET RESEARCH. PLEASE EXPLAIN THE RESULTS OR WHY ONE WAS NOT PERFORMED. FAR 6.303-2 (2) (8): The proposed contractor is the only small business within 150 mile radius that can provide the equipment that is needed. Extensive research was accomplished to determine the trade in value, the availability of service for new equipment, the training offered by the proposed contractor. No other feasible sources were found. 7.IF THIS IS A DETERMINATION FOR SOLE SOURCE THE CONTRACTING OFFICER CERTIFIES: a. only one source is available, or b: urgent and compelling circumstances exist. The anticipated price will be determined fair and reasonable using the price analysis techniques described in FAR Part 13.106-3 (a) /s/ Tony Ballard, Roads & Trail Foreman 03/05/2012 /s/ Malinda A. Flatray, Contracting Officer 03/05/2012
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d30a33f0d845b91266b68d4fbba57953)
 
Record
SN02689733-W 20120308/120307115921-d30a33f0d845b91266b68d4fbba57953 (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.