Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2014 FBO #4641
SOLICITATION NOTICE

23 -- TRAIL DOZER AND TRAILER

Notice Date
8/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Southern California Province, 701 N. Santa Anita Ave., Arcadia, California, 91006, United States
 
ZIP Code
91006
 
Solicitation Number
AG-9A23-S-14-0034
 
Point of Contact
Nancy L. Ruggeri, Phone: 559 784 1500 Ext 1240
 
E-Mail Address
nlruggeri@fs.fed.us
(nlruggeri@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION #AG-9A23-S-14-0034 TRAIL DOZER & TRAILER SPECIFICATIONS 1. GENERAL REQUIREMENT. The intent of these specifications is to describe a track type tractor ("trail dozer") that is suited for easy and dependable operation in extreme soil conditions. The unit to be furnished under these specifications shall be of heavy-duty construction, complete with all necessary operating accessories customarily furnished with equipment of this vehicle type. The unit to be furnished, including all component parts, accessories, attachments, and auxiliary equipment, shall be new, current year production model. No demonstrator models will be accepted. The trail dozer furnished under these specifications shall include all improvements in design and construction as shown in the manufacturer's current literature for the model offered, and it shall be clearly evident that the model offered has been in current standard production and had sales for at least two (2) years from the date of this solicitation. Due to isolated locations and steep terrain, the trail dozer must operate dependably and efficiently in multiple conditions. The trail dozer shall be easy to operate and simple in design in all respects to permit field repair and maintenance, and shall be capable of negotiating various rough terrain types. The trail dozer shall be completely assembled, serviced, and adjusted, with all optional equipment and accessories installed, and the trail dozer shall be made ready for continuous operation at the time of delivery. 2. MINIMUM SPECIFICATION, DESCRIPTION, AND CAPACITY. A. Chassis. The chassis shall be of sturdy welded steel construction using CERTIFIED WELDERS, designed for proper weight distribution and loading to obtain maximum traction and maneuverability under all ground conditions while operating or towing grooming equipment. A copy of welder certification(s) are required. B. Cab. The cab shall have seating for driver. Gauge panel shall include engine temperature, oil pressure, voltmeter, tachometer, and an hour meter. The trail dozer shall be equipped with a roll cage (ROPS) to fully protect the operator in case of a roll over and shall be OSHA CERTIFIED. C. Engine. The trail dozer shall be powered by an independent TIER 3, Interim TIER 4, turbo charged diesel engine developing not less than eighty-three horsepower (83 HP) at manufacturer's rated RPM, and capable of propelling the trail dozer at five (5) miles per hour in high gear on a level surface. The unit shall have a replacement element type of oil filter and air cleaner. D. Transmission and Steering. The trail dozer shall be equipped with a hydrostatic transmission. Steering shall be accomplished by using two (2) levers. The trail dozer shall have the capability of turning on its own axis or close proximity thereof. E. Tracks and Undercarriage. The trail dozer width shall not be less than thirty-eight (38) inches or exceed forty-eight (48) inches, and the tracks shall consist of steel link construction driven by suitable sprockets traveling on wheel assemblies. Provisions shall be made for ample adjustment of track tension. There shall be a minimum of two (2) inches clearance between the tracks and full length of the trail dozer body for maintenance and cleaning. Track pads shall be a minimum of eleven (11) inches in width. F. Capacities. Service refill capacities shall be: fuel tank - minimum of 15 gallons for fuel &/or hydraulic tank with a maximum of 24 gallons. 3. TRAIL DOZER EQUIPMENT A. Blade. The blade shall be pilot operated and hydraulically controlled, capable of vertical lift, tilt, angle sweep (6-way) and shall have float feature on both vertical lift and tilt as standard. Brass wear plates must be standard. B. Ripper. The ripper shall have three (3) shanks with adjustable depth. C. Service and Parts Availability. The availability of replacement parts and service of the trail dozer specified is essential year round. Parts shall be shipped within a reasonable time of receipt of order. D. Manuals. One (1) complete set of operating, engine and parts manuals shall be supplied with each trail dozer at the time of delivery. All literature must be in English. 4. PAINT. All surfaces exposed to the weather, other than corrosion resistant polished surfaces or trim, shall be thoroughly cleaned, suitably primed and POWDER COAT PAINTED to manufacturer's standard colors. Preferred color - Yellow. 5. DELIVERY AND ACCEPTANCE. When the trail dozer is ready for delivery, the successful offeror will contact the Ray Kidd at 626-353-1997 to coordinate the arrangement for delivery. 6. WARRANTY OF EQUIPMENT. The vendor must warrant the trail dozer and all of its parts offered against defective material, workmanship, and performance for the first eighteen (18) months. 7. DELIVERY LOCATION. Santa Clara/Mojave Rivers 33708 Crown Valley Acton, CA 93510 Delivery Contact: Name: Ray Kidd Telephone: 661 269-2808 Facsimile: 661-269-2825 Cell Phone: 626-353-1997 Email: rkidd@fs.fed.us 8. ADDITIONAL ATTACHMENTS AND EQUIPMENT TO BE INCLUDED: 1. Air Compressor 2. Fire Extinguisher 3. Ripper Float 4. Tilt Trailer 16K 5. 12K Winch 6. Hydraulic Breaker, Size 60 9. Provide estimated delivery date:____________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/91T5/AG-9A23-S-14-0034/listing.html)
 
Place of Performance
Address: Santa Clara/Mojave Rivers, 33708 Crown Valley, Acton, CA 93510, Acton, California, 93510, United States
Zip Code: 93510
 
Record
SN03455744-W 20140809/140807235613-b75c2b25b845c5a891c1299914b0eaf6 (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.