Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2002 FBO #0046
SOLICITATION NOTICE

38 -- HYDRAULIC TRACK EXCAVATOR

Notice Date
1/15/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NAVSURFWARCEN Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100
 
ZIP Code
22448-5100
 
Solicitation Number
N00178-02-Q-1023
 
Response Due
1/22/2002
 
Archive Date
2/21/2002
 
Point of Contact
XDS119 on (540) 653-7478
 
Description
The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to purchase the following Hydraulic Track Excavator. The following specifications describe the minimum requirements needed. The hydraulic track excavator shall have a minimum of 106 net horsepower, diesel engine and at least a 19? 5? dig depth with a standard short excavator arm. The excavator shall have at least a minimum operating weight of 35,000 pounds. The engine will be 4 cylinders, turbocharged diesel engine with a minimum of 239 cubic inch displacement. It shall have a minimum of 106 SAE net horsepower at 2200 RPM. It shall produce a minimum torque of 325 ft lbs at 1450 RPM per SAE J1349. The hydraulic system will have minimum of 2 variable displacement pumps that provide a minimum combined flow of 72 gallons per minute and a minimum flow of 31 gallons per minute. The system relief pressure w ill be a maximum of 4970 psi for the standard relief of 5260 psi for the power boost relief. The controls of the excavator shall be easy to operate with low effort. One touch decelerator control will be built into the right hand joystick. The undercarriage of the excavator shall have a minimum overall length of 12 feet, 9 inches of track, and the overall width shall be a minimum of 8 feet, 6 inches with 24-inch track shoes. The cab shall have heater and air conditioner, with climate controls, a deluxe suspension seat, seat belt, rear cab tilt out window that can be used as an emergency exit, windshield wipers with washer, an onboard self-diagnostic system, and a message system that displays messages in words. The performance standards of the excavator will include a maximum minimum dig radius at ground line of 29 feet 5 inches. Minimum dig depth (8 foot level bott om) of 19 feet 5 inches. Minimum dump height of 21 feet 11 inches. Minimum vertical straight wall dig depth of 17 feet 3 inches. Minimum arm digging force, standard mode, of 16,800 pounds force. Minimum arm digging force, power boost mode, of 17,820 pounds force. Minimum bucket digging force, standard mode, of 24,210 pounds force. Minimum bucket digging force, power boost mode, of 26,140 pounds force. Minimum lift capacity at 15-foot radius and ground line with standard stick, over the side of 7,230 pounds. Minimum lift capacity at 15-foot radius and ground line with standard stick, over the end of 12,360 pounds. The excavator bucket shall have a heavy-duty 42-inch bucket with a minimum 0.75 cubic yard capacity and an 18? thumb. The thumb shall have an 18? width with a 1? leg width and a 7? leg depth with a 57? clamp throat. The thumb will have a 3 point adjustment which will attach directly to the underside of the dipper arm. The tines of the thumb shall be high strength abrasion resistant tines with serrated edges for load holding. The base plate shall be high strength and one piece. The pivot pin and stay arm will be high strength to resist bending. The minimum engine warranty shall be 2 years or 2,000 hours and the minimum base warranty shall be one year or 1800 hours. The unit will come with an operator?s manual and a parts manual. The Excavator will be acquired using the Simplified Acquisition Procedures. The Government will not issue a written Request for Quote as all items are identified in this notice. Each offer submitted should contain specifications of excavator proposed. All items will be priced FOB DESTINATION, Dahlgren, Virginia. The NSWCDD, Dahlgren Procurement Division has implemented Electronic Commerce (E C) in the acquisition area; therefore, this synopsis/solicitation with any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/supply. Hard copies WILL NOT be provided. Vendors should regularly access the NSWCDD Web Site to ensure that they have downloaded all amendments. Questions concerning this synopsis/solicitation should be directed to XDS119 on (540) 653-7478 or emailed to xds11@nswc.navy.mil and reference the synopsis number N00178-02-Q-1023. DoD will no longer award contracts to contractors not registered in the Central Contractors Registration (CCR) database. Registration may be done by assessing the CCR web site at http://www.ccr2000.com. A paper registration form may be obtained from the DoD Electronic Commerce Information Center at 1 (888) 227-2423.
 
Record
SN20020117/00014884-020116090637 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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.