Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2009 FBO #2854
MODIFICATION

38 -- RECOVERY--38--This modification is to remove FAR clauses 52.252-1 and 52.225-2 and add DFAR clauses 252.225-7035 and 252.225-7036 and remove MADE IN THE USA.

Notice Date
9/15/2009
 
Notice Type
Modification/Amendment
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-T-0154
 
Response Due
9/21/2009
 
Archive Date
11/20/2009
 
Point of Contact
jo.a.scott, 913-783-4366
 
E-Mail Address
US Army Engineer District, Kansas City
(jo.a.scott@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY--2010 TRACTOR/LOADER/BACKHOE(John Deere 310SJ Tractor/Loader/Backhoe or equivalent) as described below, including delivery to the Clinton Lake Project Office, Lawrence Kansas, prior to 15 January 2010. ENGINE -Four Cylinder, turbocharged, isolation mounted diesel engine. -Engine shall be certified to EPA Tier III emissions. -Engine shall have a individually replaceable, wet-sleeve cylinder liner design to dissipate heat for reduced ring wear and oil breakdown -Engine displacement shall be no less than 4.5 liters (276 cu. in.). -Engine rated net peak power (ISO9249) shall be no less than 93 Hp (69 kW) @ 2000 rpm. -Daily check points shall be accessible and shall be done from ground level. -Under-hood engine air cleaner shall be dry type, dual element with evacuator valve, restriction sensor and in-cab restriction warning light. -The backhoe shall have a tilt hood for easy engine access. -The backhoe shall have an under hood muffler. COOLING -The backhoe shall be equipped with an oil-to-water engine oil cooler. -Unit shall have a coolant recovery tank provided. -Unit shall have a suction-type fan with fan-guard. -The AC condenser will be swing-out for fast radiator clean-out. Remote mounted transmission and hydraulic coolers. POWER TRAIN -The transmission shall be powershift with torque converter; clutch-free; fully synchronized four forward, three reverse speeds. -The axle will be mechanical-front-wheel-drive with traction control limited-slip differential with electric on/off control. -The axle will be sealed to protect against contamination. -The driveshaft will have factory installed full guard. -The clutch engaged MFWD can be engaged on the fly during operation. -The rear axle shall be 100% hydraulically locking. -The single electric FNR lever will have gear selection fully integrated in the lever. -The backhoe shall have hydrostatic power steering with emergency manual mode. -The machine will have a dial throttle that will allow the operator to road the machine on cruise control. Upon engagement of the brake pedal, the engine RPMs return to idle. -The final drives shall be heavy-duty outboard planetary disturbing loads over three gears sealed in cooling oil bath. -The front axle shall have remote grease bank for front axle for easy access. -The service brakes shall be inboard, wet-multiple disk, self-adjusting and self equalizing and hydraulically actuated for a long and trouble-free life, sealed from water, mud, and dust contamination. -The parking brake shall be independent of service brakes, spring applied, hydraulically released, wet multi-disk, and sealed from water, mud, and dust contamination. -Maximum travel speed of 22.0 mph or greater. -110 Volt engine coolant block heater. -Diagnostic Oil Sampling Ports. -The 4-Wheel Drive shall disengage automatically when the unit is placed in 4th gear. HYDRAULIC -Hydraulic cooler will have an independent reservoir for continuous running of attachments at high ambient outside air temperatures. -The hydraulic filter shall be no more than 6 micron and will be vertically mounted, spin on design for east of installation and leak-free replacement -Automatic bucket return-to-dig control. -Hydraulic pump shall be 36 gpm (136L/min.) @ 2,200 rpm gear pump, open center system. -Ride Control ELECTRICAL -The backhoe shall have a 12 volt system with 90 amp alternator. -Battery should be included, 12 volt, 1900 CCA 300 min. rated reserve. -Unit shall be equipped with 10 halogen driving/working lights, (4) front driving/working; (4) rear; (2) side docking lights. The front lights shall be adjustable and the bulbs shall be no less than 35,000 candlepower each. -Unit shall be equipped with two front and two rear turn signal/flashing and two rear stop and tail lights and two rear reflectors. OPERATOR STATION -Access to the cab shall be from the right and left side with protected, wide, rigid, self-cleaning steps and ergonomically located hand-holds. -2 retractable seat belt shall be provided. -Operator manual storage compartment, interior rearview mirror and two 12 volt outlet shall be provided. -Unit shall be equipped with illuminated electronic gauges with audible warning for: engine coolant temperature, oil temperature and fuel level. -The monitor system shall have audible and visual warnings: engine air restriction, low alternator voltage, engine oil pressure and temperature, hydraulic filter restriction, parking brake on/off, and low brake pressure. The seat belt will have a visual warning. -The key start switch will have an electric fuel shut-off -The monitor will have a digital monitor for diagnostics (including diagnostic messages and fault code readings), calibrations and machine information. -Unit shall have digital display for: engine rpm, engine hours, system voltage, and hydraulic oil temperature. -The foot throttle shall be suspended. -The machine will have a cab, heater, and air conditioner. -A cloth suspension swivel seat with fully adjustable armrests and lumbar support. -Sun visor. -Front windshield washer. GENERAL SPECIFICATIONS -An easy to read periodic maintenance and grease chart shall be posted at eye level prominently displayed on the frame. -Fuel tank capacity shall be no less than 40 gallons (155 L) and shall accessible from the ground. FRAMES AND STRUCTURES -The mainframe shall be a one-piece unitized construction for maximum strength. -Unit shall have four built-in vehicle tiedowns, two in front and two in rear for safe transport between jobs. -Machine shall be equipped with an exterior mounted, ground level accessed and lockable storage compartment. -Replaceable bolt-on rubber bumpers will be available to protect the grille frame for severe loading applications. BACKHOE -18 HD Backhoe Bucket. -The backhoe with standard dipperstick digging depth shall be at least 14 ft 6 in (4.42 m). -The lift capacity at ground level with standard dipperstick shall be no less than 3,000 lbs. -The lift capacity at full height with standard dipperstick shall be no less than 3600 lbs.). -The stabilizer valve will be two directional, anti-drift. -The stabilizer shall have rubber pads. -Digging force with standard backhoe, bucket cylinder shall be at least 11,800 lbs.. -The backhoe shall be equipped with a rubber bumper/linkage style boom locks to keep the backhoe from vibrating on the swing frame. -Unit shall be equipped with two lever backhoe controls. LOADER -Lift capacity with 92 1.30 cu yd multi purpose loader bucket at full height shall be at least 7400 lbs -Dump clearance @ 45 deg. shall be no less than 8 ft 10 in (2.69 m). -Digging depth below ground, bucket level shall be no less than 6 in. (160 mm). -Bucket breakout force shall be no less than 11,000 lbs. -The loader shall have hydraulic self-leveling and bucket-level indicator. -The loader control will be single-lever with electric clutch cutoff switch. -The loader shall have a non-removable, hinged loader boom service lock. -The front loader bucket shall have welded on teeth. REAR TIRES -19.5 L-24 10 PR Tubeless Rear. FRONT TIRES -12.5/80-18 10 PR Lug tires. TO QUOTE: At a minimum, responsible sources shall provide the following: - A price proposal - Bidders name, address, and telephone number - Federal tax ID # - Duns # Responses to this solicitation are due by 4:00 pm CST on Monday, 21 September 2009 at the Clinton Lake Project Office, 872 N. 1402 Road, Lawrence, KS 66049. Submit your quote to the attention of Mr. David Rhoades. Quotes must be submitted in person, via delivery service, or via U.S. Mail. Faxed or emailed quotes will NOT be considered. QUESTIONS: Please direct any contractual or bidding procedure questions or technical questions about specifications or delivery to David Rhoades at 785-843-7665 or david.l.rhoades@usace.army.mil Any contract resulting will be firm-fixed price, with NAICS code 333120 size standard 750 employees, and being 100% set aside for small business. Prior to contract award, the successful bidder must be registered in the Central Contractor Registration (CCR) online database, and must also complete the Online Representations and Certifications (ORCA). Websites to accomplish these registrations are: www.ccr.gov and www.bpn.gov. Free assistance with CCR and ORCA registrations is available by contacting the Heartland Procurement Technical Assistance Center (PTAC) at 417-625-3001 or 417-625-3029 or visiting their website at: www.aptac-us.org. ARRA REPORTING REQUIREMENT: Under the American Recovery and Reinvestment Act of 2009 (ARRA), please note that there are some unique reporting requirements relevant to the use of ARRA funds, as specified in the clause, which is included at the bottom of this announcement. Bidders should pay special attention to items (b), (c), and (d) of the clause, which explain the reporting requirements. CONTRACT CLAUSES: FAR CLAUSES: The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: -- 52.202-1, Definitions -- 52.203-2, Certificate of Independent Price Determination -- 52.203-3, Gratuities -- 52.203-6, Restrictions on Subcontractor Sales to the Government -- 52.203-7, Anti-Kickback Procedures -- 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 -- 52.204-6, Data Universal Numbering System (DUNS) Number -- 52.204-7, Central Contractor Registration -- 52.204-8, Annual Representations and Certifications -- 52.204-11, American Recovery and Reinvestment ActReporting Requirements -- 52.207-4, Economic Purchase QuantitySupplies -- 52.211-5, Material Requirements -- 52.211-9, Desired and Required Time of Delivery -- 52.212-1, Instructions to Offerors -- 52.212-3, Offeror Representations and Certification -- 52.212-4, Contract Terms and ConditionsCommercial Items -- 52.212-5 Alt II, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items -- 52.213-3, Notice to Supplier -- 52.214-4, False Statements in Bids -- 52.214-5, Submission of Bids -- 52.214-26, Audit and RecordsSealed Bidding -- 52.215-2 Alt I, Audit and RecordsNegotiation -- 52.216-24, Limitation of Government Liability -- 52.219-1, Small Business Program Representations -- 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns -- 52.219-6, Notice of Total Small Business Set-Aside -- 52.219-8, Utilization of Small Business Concerns -- 52.222-3, Convict Labor -- 52.222-21, Prohibition of Segregated Facilities -- 52.222-26, Equal Opportunity -- 52.222-35, Equal Opportunity for Veterans -- 52.222-36, Affirmative Action for Workers with Disabilities -- 52.222-37, Employment Reports on Veterans -- 52.223-6, Drug-Free Workplace -- 52.223-13, Certification of Toxic Chemical Release Reporting -- 52.223-14, Toxic Chemical Release Reporting -- 52.225-13, Restrictions on Certain Foreign Purchases -- 52.225-18, Place of Manufacture -- 52.232-18, Availability of Funds -- 52.232-33, Payment by EFT, CCR Registration -- 52.233-2, Service of Protest -- 52.233-3, Protest after Award -- 52.237-2, Protection of Government Buildings, Equipment and Vegetation -- 52.243-1, ChangesFixed-Price -- 52.244-6, Subcontracts for Commercial Items -- 52.247-34, F.o.b. Destination -- 52.249-8, Default (Fixed-Price Supply and Service) -- 52.252-1, Solicitation Provisions Incorporated by Reference -- 52.252-2, Clauses Incorporated by Reference DFARS CLAUSES: The following Defense FAR Supplement (DFARS) provisions & clauses apply to this solicitation & are incorporated by reference: 252.211-7003, Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate. 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program. 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-T-0154/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City Clinton Lake Project Office, 872 N 1402 Road Lawrence KS
Zip Code: 66049
 
Record
SN01956154-W 20090917/090916002804-e6039b044f1fbc74b63928c530f9b3c3 (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.