Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2008 FBO #2501
SOLICITATION NOTICE

38 -- MOTOR GRADERS: 1 EA CASE model 845 DHP OR EQUAL AND 1 EA CHAMPION Model C80C OR EQUAL.

Notice Date
9/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Knox, ACA, Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D08T0211
 
Response Due
9/30/2008
 
Archive Date
11/29/2008
 
Point of Contact
Sharon Crady, 502-624-8158<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a written solicitation will not be issued. W9124D08T0211 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13.5. The NAICS code is 333120. The small business size standard is 500 Employees. This acquisition is UNRESTRICTED. This procurement is for a firm fixed price contract. Delivery will be 90 days ADC and FOB Destination. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.arnet.gov/far. Scope of Contract: The contractor shall provide motor graders equal to the following: If offering equipment other than Case or Champion, offeror will provide descriptive literature. 1 EACH CASE model 845 DHP or equal : Standard Equipment: Operators Compartment: ROPS Cab Adjustable operators console 3 in. retractable seat belt Front/rear wipers with washer Safety glass Dome light Inside rear view mirror Outside rear view mirror Sunshde front & rear Cup holder Storage tray 12-volt outlet Ashtray Radio ready (12 volt) Master Switch Heater/defroster/pressurizer Air conditioner Sound suppression 0 75 dBA in cab Cab doors - left/right Sterring wheel knob Engine: Cummins QSB 6.7, tier III certified electronic controled. 4-stroke, turbocharged and air to air after cooled. Diesel, commom rail fuel injection, liquid cooling. Cylinders: 6, in-line Bore & Stroke: 4.09 x 5.20 in Displacement: 411 cu in Horsepower per SAE J1995 Gross @ 2200 rpm 150/173 hp Net @ 2200 rpm 140/160 hp Maximum Torque @ 1500 485/550 ft-lbs Powertrain: hydraulic lock/operator controled differential. Hydraulics: Closed center, load sensing hydraulic sytem. Controls for all functions 9 section control valve Front attachment piping Hydraulic moldboard side shift and pitch 5-position saddle 12 x.875 moldboard Rear pull hook 8 hydraulic diagnostic quick couplers Hydraulic driven cooling fan Tires: 14.0 x 24-12 PR 1 piece rims Instruments: Analog LED Instruments Speedometer; Tachometer; gear shift dispay; hourmeter; engine oil pressure; engine coolant temperature. Monitor Functions: engine oil pressure; engine coolant temperature; transmission oil temperature; trarnsmission filter restriction; brake oil pressure; battery voltage; hourmeter; tachometer; parking brake applied; air and hydraulic oil filter restriction; hydraulic oil temperature; emergency flashers; high beams; supplemental steering. Electrical: Batteries (2) - low maintenance 750 CCA 100 Ah (20 hr rate) Electonic Systems Monitor Horn Alterntor 80 amp Back-up alarm Lighting Headlights(2); turn signals, front/rear; stop.tail (2); rear mounted floods (2); front mounted floods (2); moldboard worklights (2). REQUESTED OPTONS: "Air suspension seat "Front attachment float control "Moldboard float control "Moldboard anti shock acculators "Moldboard rock bits ATTACHMENTS: Scarifier front mounted 1 EACH Champion Model C80C or equal as follows: Dimensions: Overall length: 20 10 Overal height: 9 6 Wheelbase: 15 4 Bladebase: 6 4 Overall Width: Front tire 72 Rear tires 78 Configuration: Articulted Frame, Tandem Drive Capacities: Fuel tank: 39 gallon Hydraulic: 30 gallon Coolant: 4.5 gallon Tandems (each) 18 gallon Final drive: 4.5 gallon Engine: Cummins 4B3.9, 4 cycle, naturally aspirated, diesel. Bore & Stroke: 4.02 x 4.72 (102mm x 120mm) Displacement: 239 cu in (3.92L) Horsepower @ 2500 RPM: 85hp (63kW) Transmission: Hydrostatic, Dual lever speed and directional control. Transmission is declutched by pedal. Mechanical neutral lockout with neutral start switch. Operating Pressure: 3,000 PSI (20 7000 kPa) Maximum Pressure: 5,000 PSI (34 500 kPa) Filter: 10 micron Hydraulics: hydraulic tank contains a temperature guage and sight glass for fluid level checks Operating pressure: 1,800 PSI (112 411 kPa) Single section gear pump: 15 gpm Filter: 25 micron spin-on type Speeds @ 2500 RPM (forward and reverse) Working range 0-10 mph (0-16 km/h) Roading range 0-20 mph (0-32 km/h) Brakes: Hydraulically Boosted Dual Braking System with reserve power assist. Foot operated service brakes, all braking system must meet SAE Standard J1473 OCT 90, SAE Recommended Practice J1152 APR 80 and ISO 3450 1985. Front Axle: Fully welded steel tublar design. Wheel lean: Hydraulic, 15 degrees R or L Oscillation: 35 degrees Ground clearance: 22 degrees (558 mm) Steering: Hydraulic power steering. Turing Radius: articulated frame - 19 (5791 mm) Wheels and Tires: Bolt-on type Size: 15 x 19.5, TL, G-2 Ply rating (PR): 8 Rim size: 12.25 (311 mm) Output: (SAE J1349: 80hp (60 kW) Operating Weight: 15,000 lb (6800 kg) Key Features: ROPS/FOPS canopy or fully enclosed cab ROPS/FOPS Full range of front and rear attachments Fully adjustable, low effort, operator friendly controls. Tandem Drive or All Wheel Drive Dual lever speed and directional controls 2-speed rear axle gearbox with neutral position Equipment will be delivered FOB: Destination to: DIRECTORATE OF PUBLIC WORKS 125 6TH AVE, BLDG 1110B STE 326, FORT KNOX KY 40121-5719 The following provisions and clauses apply to this acquisition: 52.204-7 Central Contractor Registration ; 52.212-1 Instructions to Offerors--Commercial Items; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.212-3 Alt I Offeror Representations and Certifications Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders Commercial Items. In paragraph (b) of 52.212-5, the following apply: 52.203-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52 52.222-21, 52-222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225.13, 52.232.33 ; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; 252.209-7001; 252.209-7004; 252.211-7003 Alt I; 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable To Defense Acquisitions Of Commercial Items. In paragraph (a) of 252.212-7001, the following apply: 52.203-3 In paragraph (b) of 252.212-7001, the following applies; 252.225-7012, 252.225-7036, 252.232-7003, 252.247-7003. In paragraph (c) of 252.212-7001, the following apply: In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). (2) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (3) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (4) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631); and 252.225-7000 Buy American Act Balance of Payments Program Certificate. Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Government reserves the right to make multiple awards. Offerors shall include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications Commercial Items and 252.225-7000 Buy American Act Balance of Payments Program Certificate. with its offer. This provision may be obtained at http://www.arnet.gov/far. All responsible sources may submit a quote via email to sharon.crady@us.army.mil or via fax to 502-624-5869. FAX quotations will be accepted. Point of Contact Sharon Crady 502-624-8158
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=623fe46fb5f08e9e79621ab47e70b0f1&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY<br />
Zip Code: 40121-5000<br />
 
Record
SN01684301-W 20081001/080929215932-623fe46fb5f08e9e79621ab47e70b0f1 (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.