SOURCES SOUGHT
38 -- Road Grader
- Notice Date
- 4/20/2016
- Notice Type
- Sources Sought
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-16-R-SS45
- Archive Date
- 5/18/2016
- Point of Contact
- Andrew J. Sprys, Phone: 509-527-7232
- E-Mail Address
-
andrew.j.sprys@usace.army.mil
(andrew.j.sprys@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Contracting Office: US Army Corps of Engineers, Walla Walla District, 201 North Third Avenue, Walla Walla WA 99362. Subject: Sources Sought for the purchase of a new road grader for the U.S. Army Corps of Engineers, Dworshak Project, Ahsahka, Idaho. Point of Contact: Andrew Sprys, Contract Specialist, 509-527-7232, Andrew.J.Sprys@usace.army.mil The NAICS code for this requirement is 333120 Construction, Road Grader, contractors with a size category of 1,250 employees. Description of the Requirement: The successful quoter shall be required to deliver a new road grader meeting the specifications herein to Dworshak project by the date shown in Section 6.0 of this Technical Specification. The Contractor shall also provide equipment documentation, training, and other items as stated herein. Authorized maintenance for warranty period and beyond must be available within 100 miles of Dworshak Project. ROAD GRADER REQUIREMENTS • Shall be a John Deere 772G, or equal, meeting the minimum specifications herein. • Shall be new, with 50 hours or less on the machine from the factory for testing and transportation to the Project. • Shall comply with all safety requirements of the U.S. Army Corps of Engineers Safety and Health Requirements Manual EM 385-1-1, dated 15 September 2008. The safety manual can be accessed via the Internet at: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1_2008Sep_Consolidated_2011Aug.pdf. • Cold weather package, including manufacture's standard electric engine block heater, ether starting aid and cold weather control valve covers. • Electronic corrosion prevention package • Rust preventive coating • Quick service group to facilitate routine maintenance • Transport tie downs • All labels and decals shall be in English • Shall be delivered in operating condition with all fuel, oil, and coolant topped off. Operator Cab and Accessories • 5-pound ABC Dry Chemical Fire Extinguisher • Slow moving vehicle sign • Secondary steering • Low Cab with fixed lower front and side opening windows • Lower front intermittent wiper and washer • Front window movable sun visor • Rear retractable sun shade • Powered cab air precleaner • Heated operator's seat with high-wide back, air suspension, and armrests Powertrain • EPA Tier 4 certified 6-cycle diesel engine, minimum 265 HP • 6-wheel drive • 12-ply radial tires on one piece rims • Heavy duty dual input gearbox with slip clutch designed to protect against moldboard coming into contact with immovable objects • Manual shift transmission • Decelerator • Manufacturer's standard fuel and water filtration system • Air conditioning with refrigerant pre-charged Electrical • 200 Amp Alternator • 24-12V converter rated at 15A peak, 10A continuous • AM/FM Radio • Manufacturer's standard transportation lights • Tall front snow plow light bar • Right side engine work light • Rear camera with monitor mounted in-cab • Heated exterior rear-view mirrors • Beacon strobe kit Hydraulics, Mold Board, Front and Rear Accessories • Standard hydraulic controls • Hydraulic pump disconnect • Two-function auxiliary controls on both left and right hand side hydraulics • Front mounted dozer blade, 97″ X 36″ • Rear mounted ripper with five teeth • Hydraulic pump disconnect • Transmission solenoid valve guard • Blade impact absorption system designed to protect moldboard and frame from contact with immovable objects • Moldboard shall be 14′x24″x7/8″ with a 6″x5/8″ cutting edge This is not a solicitation. This information is for planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. Interested parties that respond to this sources sought announcement should submit the following information: (1) Your intent to submit a quote for this project when it is formally advertised (2) Name of firm with address, phone and point of contact. (3) CAGE Code and DUNS number or a copy of your System for Award Management (SAM) information (4) The category of small business, such as 8(a), HUBZONE, or SDVOSB etc. (5) Statement of Capability stating your certifications, skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in working with similar systems, up to three (3) past projects for which your firm was the prime contractor. Interested parties should submit their responses to Andrew Sprys, Contract Specialist, via email to Andrew.J.Sprys@usace.army.mil. Your response to this notice must be received by 10:00 AMPST, May 4, 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-16-R-SS45/listing.html)
- Place of Performance
- Address: USACE Dworshak Project, 1682 A Road, Ahsahka, Idaho, 83520, United States
- Zip Code: 83520
- Zip Code: 83520
- Record
- SN04090528-W 20160422/160420234846-4ac38be41bcadff148d0d3fc73264232 (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 |