Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2009 FBO #2665
SOLICITATION NOTICE

W -- Rental of John Deere 670 Motor Grader

Notice Date
3/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Jacksonvile, Pensacola Detachment, N68836 FISC JACKSONVILLE, KINGS BAY DET 930 USS Hundley, Bldg 2012 Naval Submarine Base Kings Bay, GA
 
ZIP Code
00000
 
Solicitation Number
N694509064350
 
Response Due
3/18/2009
 
Archive Date
4/2/2009
 
Point of Contact
NINA A. MILLER 912-573-6963
 
Small Business Set-Aside
N/A
 
Description
This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with the Format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Proposals are being requested and a written solicitation will not be issued. The Reference Number N6945090643508 is issued as a request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-19. This solicitation is UNRESTRICTED. NAICS 532412. The Public Works Department, Goose Creek, SC 29445 requires Six Month Rental for the following item. Rental must start 01 April 2009 thru 30 Sep 2009. Item 0001: John Deere 670 Motor Grader with the following specifications; ENGINE: Six cylinder turbocharged diesel engine producing variable horse power with a minimum of 145 net and a maximum of 185 net horsepower, vertical spin-on type filter for en! gine oil, vertical spin-on filter for fuel with water separator, suction type cooling fan, engine oil cooler, dual element, dry type air cleaner and pre-screener. Cold weather start aid. ELECTRICAL SYSTEM: 24-volt system with 100-amp alternator. Two batteries with 440 minute reserve and 1400 CCA, Master disconnect switch. Cab wired for beacon and radio. Minimum 2 rear stop lights, 2 front and rear turn signals, and flashing warning lights. Back up safety alarm and electric horn. HYDRAULICS: Closed centered system with a minimum of 54 GPM variable piston pump with pressure compensating load system. Independent hydraulic reservoir. Hydraulic oil cooler. Vertical spin-on 10-micron oil filter. TRANSMISSION: Powershift with direct drive transmission with torque converter that will have a minimum of 8 forward and 6 reverse gears. Hydraulically actuated differential lock. Industry standard U-shaped control pattern. Maximum forward and reverse speed of 26 mph. BRAKES: Inboard mount! ed, wet multi-disc, hydraulically actuated, self adjusting and maintenance free service brakes. Spring applied and hydraulically released parking and emergency brakes. Independent braking on all four-tandem wheels. TIRES: 17.5 R 25 Radial Tires. Michelin XTLA or equivalent. MOLDBOARD AND SCARIFIER: 14 Foot x 24 Inch moldboard with 8 Inch cutting edge with end bits. Cutting edge will be a minimum of.75 Inch thickness. V-type scarifier with minimum of 5 shanks and have float control. STEERING AND CONTROLS: All hydraulic steering with a minimum of 40 degrees total frame articulation. Minimum front wheel lean of 20 degrees and machine must have "Crab Steer" rotate 360 degrees and be of welded construction with heavy-duty wear inserts and driven by hydraulic motor. All hydraulic blade functions including float control. OPERATORS STATION: Low Profile cab with air conditioning, heater, defroster, adjustable console, with tilt steering wheel. Deluxe cloth air suspension seat, 3 Inch seat Belt, floor mats, front and rear windshield washers and wipers,! AM/FM/WB radio, tinted glass, sun visor, and gauge and electronic monitoring systems. Two outside mounted mirrors and one inside mounted. MACHINE DIMENSIONS: Minimum Operating weight of approximately 32,000 lbs. Maximum transport Height of 10 Feet 5 Inch and maximum transport length of 31 Feet. GENERAL REQUIREMENTS: Government would like for All bidders to have a Product Support within 50 Miles of the Naval Weapons Station, Goose Creek, SC. The successful bidder must stock maintenance and wear items for the machine so as to not have any excess down time. If Vendor is quoting on an Equal To, you must submit specifications with your quote. ITEM 0002: Delivery and Pick Up Charges, Qty 1 Each. The following Provisions apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.211-6 Brand Name or Equal; 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial It! ems; 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, and Citing: 52.204-7, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-36 Third Party Payment, and 252.204-7004 Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition Of Commercial items, and Citing:252.225-7001. Offers are Due by close of business on 19 Mar 2009. and may be faxed to 912-573-2659 or email to nina.miller@navy.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ad14a6090492c9bd8303e437f8872887&tab=core&_cview=1)
 
Record
SN01768131-W 20090314/090312220157-02d429909c315514c718a9290af04768 (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.