SOURCES SOUGHT
W -- Heavy Leased Equipment
- Notice Date
- 6/25/2004
- Notice Type
- Sources Sought
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3rd Contracting Squadron, 10480 22nd Street, Elmendorf AFB, AK, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- Reference-Number-FA5000-04-XXXX
- Response Due
- 7/9/2004
- Archive Date
- 7/24/2004
- Point of Contact
- Alfredia Tyler, Contract Administrator, Phone 907-552-5459, Fax 907-552-7496, - Lori Johnston, Contract Specialist, Phone 907-552-5587, Fax 907-552-7496,
- E-Mail Address
-
tyleram@elmendorf.af.mil, lori.johnston@elmendorf.af.mil
- Description
- SOURCES SOUGHT 06/23/2004 The government is seeking sources that can provide the following Leased Construction Equipment. The government does not intend to award a contract on the basis of this notification or otherwise pay for any information or inquiry. This synopsis is for planning purposes only and does not constitute a solicitation for bids/proposals. Firms submitting responses should indicate whether they are large, small, small disadvantaged, 8(a), women-owned, Hub-zone, or HBCU/MI. If HCU/MI or 8(a) certified business respond to this announcement the acquisition might be 100% set-aside. The projected Standard Industrial Classification/NAICS is 7353/532412 size standard is $6 million. Firms should indicate what Standard Industrial Classification (SIC) or NAICS code the firm utilizes for this type of requirement. The following equipment is needed: 1. The following specifications are recommended by the JFECC and are predicated on a ?like item? comparison or substitution for equipment leased in the past or currently in use. A like item substitution is defined as a piece of equipment that meets the listed specifications but is not the same brand or model, and has less than five percent reduction of capabilities in any one specification listed. All machines, vehicles and equipment will be furnished with the design and construction features specified and shall be delivered, serviced, fueled, and ready to operate. 2. COMPACTOR (s): These are the specifications required for the Single Drum Vibratory Compactor with an Elliot Grid. a. MFR: Pro Pac, Model: SD-150D or Equal b. CONSTRUCTION: The self-propelled compactor shall be of the articulated-frame design with an operating weight equal to or greater than 33,000 LBS. Front and rear frames to be connected by a swivel joint assembly permitting four-way movements. Articulation steering angle is + or ? 40 degrees and oscillation angle between drum and rear axle a minimum of + or ? 17 degrees. No machine component may project outside the drum frame; tires must track with-in drum width. c. DIMENSIONS: 1) Length Maximum: 240? 2) Turning Radius, Maximum (Outside Drum Edge): 225? 3) Width, Maximum: 95? 4) Curb Clearance, Minimum: 20? 5) Height, Maximum (Top of ROPS): 14?2?? and Side Clearance, Maximum (Both Sides) 5? 7) Wheel Base, Minimum: 130? d. VIBRATORY SYSTEM: The closed-hoop hydrostatic system shall consist of a hydraulic pump and motor directly coupled to an in-the-drum, eccentric shaft-type vibrator. The eccentric shaft is mounted in heavy-duty, anti-friction bearings with oil-splash lubrication, providing a variable frequency of approximately 1,100 ? 1,650 VPM and having dual amplitude selection in the range of 0.035? and 0.070?. Vibration shall be controlled by an on and off switch located in the propulsion lever. Maximum design centrifugal force must equal a min. of 60,000 LBS with the following resultant drum compaction forces: 1) Drum Static Force, Minimum: 250 LBS/in of drum width 2) Drum Centrifugal Force, Minimum: 700 LBS/in of drum width 3) Total Applied Force, Minimum: 950 LBS/in of drum width e. DRUM: The vibrating drum shall not be than 60? in diameter, 84? wide, and shall have a shell thickness of not less than 1.5?. The drum?s top surface shall be visible to the operator at all times. The drum edges at ground contact point on wither side must be visible without discomfort to the operator. A drum-scraping device shall be mounted on the frame structure that surrounds the drum. The scraping device shall have two individually adjustable scrapers/plates to wipe the drum in either direction. The drum and its vibratory parts shall be isolated from the rest of the roller by resilient, replaceable supports that isolate at least 90% of the vibration under normal operation. f. PROPULSION SYSTEM: The propulsion system shall be of fully hydrostatic, closed-loop type with single-lever control of both direction and speed shall be independent of the vibration system. A hydrostatic motor shall be directly coupled to the transmission and drive through a No-Spin differential to min. 23.1 ? 26.8 PR flotation tires. Working speeds up to a minimum of 4.0 mph both forward and reverse. This motor shall operate in parallel with the hydrostatic motor propelling the wheeled axle for increased grade-ability. Theoretical field grade-ability on firm, optimum-moisture soil is to be at least 50% with drum drive. g. ENGINE: The engine shall be a heavy-duty, liquid cooled diesel of at least 180 HP at governed RPM. Engine accessories shall include an efficient, 2-stage, dual element, dry-type air cleaner, fuel filter(s), and an electrical system with a minimum 12 volt/100A alternator, starter, and a battery. A one-piece, flip cover shall enclose the entire engine area. Fuel capacity shall be sufficient for 10 hours of operation. h. STEERING SYSTEM: The steering system shall be of the hydraulic, full-power type with a turning radius not to exceed 225?, measured at the outside edge of the drum. The steering shall utilize double-acting steering, cylinders, separate steering pump, hydraulic servo-type valves, and safety relief valves for overload protection. All steering pivot points are to have self-aligned bushings. i. HYDRAULIC SYSTEM: The reservoir shall be common to propulsion, vibration, steering systems, and be of not less than 45 gallons capacity. The hydraulic system shall be equipped with full-low filters of at least 10-micron (nominal) filtration. j. BRAKING SYSTEM: The braking action is to be inherent in the hydrostatic propulsion system, the machine shall be equipped with an oil-immersed, multiples disc., Spring-Applied/Hydraulically Released, parking/secondary braking system, conforming to SAE J1472 standards. k. OPERATOR?S STATION: The operator?s station shall have a safe, comfortable, forward-facing, suspension-type, bucket seat with a clear view of the drum and drum edges. Seat shall be fully adjustable with mechanical suspension. The single-level control of speed and direction, steering-wheel, vibration system control, secondary brake/parking brake, and horn controls shall be grouped to promote safety and ease of operation. The following condition/level indicators shall be provided: hourmeter, tachometer, engine temperature, engine oil pressure, voltmeters fuel, and air cleaner restriction. The operator?s platform must be mounted on vibration dampeners (in addition to those used at the drum) and incorporate skid-resistant walkway surfaces, reinforced double-bar guardrails, and hand holds. ROPS/ROPS and seat belts are mandatory. l. ADDITIONAL REQUIREMENTS: This equipment must be equipped with the Elliot Grid Shed Attachment. Vendor shall provide two manufacturers parts manual and one operator and maintenance manual. 3. ROCK DRILLS: The following are minimum requirements for the Air Track Drill Compressor, and the Self-Contained Track Drill. The machines will be furnished with the design and construction features specified and shall be delivered, serviced, and ready to operate. a. MFR: Ingersoll-Rand (Air Track Drill), Model EMC350 or Equal b. POWER SYSTEM: Compressed air supplied by external air compressor system that is self-contained, but not part of and totally separate of the air-track drill. c. CARRIER: 1) Gradeability not less than 30 degrees 2) Track oscillation not less than 15 degrees 3) Tram motor horsepower not less than 11.4 4) Tram speed of 2.75 MPF or greater 5) Track length ground contact shall be 82? or greater 6) Track grouser width not less than 10 inches d. BOOM AND GUIDE: 1) Feed force of 3,000 LBS or greater 2) Guide swing of 50 degrees, right 35 degrees 3) Guide dump maximum of 180 degrees 4) Guide extension of 48 inches or greater 5) Boom horizontal movement, maximum left 40 degrees, right 35 degrees 6) Boom vertical movement, minimum up 45 degrees, down 15 degrees 7) Boom extension 60 inches or greater 8) Drill Steel Change Lengths: Up to 12? 9) Height (Vertical Guide) 18?10? 10) Trapdoor/Centralizer: T38 or T45 inserts e. DRIFTER: 1) Hole range of 2.5 ? 4? 2) Blows per minute (BPM) of at least 1850 f. SOUTHEAST ALASKA OPTION PACKAGE (included): Segmented rock guards on both tracks. Rear mounted air winch with at least 4000 pounds bull with 9/16 line. Two each 2?x50? lengths of Bull Hose included with each drill and Dual Control System g. Mfr: Ingersoll-Rand (Self-contained drill), Model: EMC370 or Equal h. POWER SYSTEM: 1) Engine should be liquid cooled diesel of at least 215 HP at governed RPM 2) Compressed air shall be a minimum of 640 CFM at 120 psi 3) Hydraulic pump shall be a single pressure compensated load sensing piston pump 4) Electrical system of 24 volts 5) Machinery house enclosure i. CARRIER: 1) Gradeability not less than 35 degrees 2) Track oscillation not less than 20 degrees 3) Tram motor shall be hydraulic axial piston with motor guards 4) Tram speed of 2.0 mph 5) Track length ground contact shall be 97 inches or greater 6) Track grouser width not less than 12 inches 7) Ground clearance shall be a minimum of 18 inches j. BOOM AND GUIDE: 1) Feed shall be hydraulic with integral brake, with a force of 3000 LBS or Greater 2) Guide swing maximum left 50 degrees, right 35 degrees 3) Guide dump of a minimum of 180 degrees 4) Guide extension of 48 inches or greater ? 4 feet & 0 inches 5) Boom horizontal movement, maximum left 40 degrees, right 35 degrees 6) Boom vertical movement, maximum up 45 degrees, down 15 degrees 7) Boom extension 60 inches or greater; -5 feet to 0 inches 8) Drill Steel Change Lengths: Up to 12? 9) Height (Vertical Guide) 18?10? 10) Trapdoor/Centralizer: T38 or T45 inserts k. DRIFTER: 1) Hole range of 2.5 inches ? 4.0 inches 2) Blows per minute (BPM) of at least 2100 l SOUTHEAST ALASKA OPTION PACKAGE (included): Full length rock guards on both tracks. Rear mounted hydraulic winch with at least 5600 pound bull with 9/16 line and Dust Control System. m. ADDITIONAL REQUIREMENTS: Vendor shall provide two manufacturers parts manual and one operator and maintenance manual for each type of rock drill. 4 HYDRUALIC EXCEVATOR (s) (HYEX) SPECIFICATIONS BELOW ARE PREDICATED ON HITACHI MODELS: a Model: 50 TON 35 TON EX400LC, or EX450 LCLC or Equal EX330LC or Equal b. ENGINE: A 4 cycle cooled, direct injected, turbo charged A 4 cycle, water cooled, direct injected, four cylinder diesel engine turbo cylinder charged, 6-cylinder diesel engine A minimum of 296 horse power at 2000 RPM A minimum of 208 horse power at 2000 RPM c. HYDRAULICS: Two variable displacement axial piston pumps Two variable displacement axial piston pumps Minimum hydraulic oil flow of 90 gallons per Minimum hydraulic oil flow of 72 gallons per minute (GPM per pump) minute (GPM) per pump Hydraulic filters on all hydraulic circuits Hydraulic filters on all hydraulic circuits d. UNDERCARRIAGE: Tractor type undercarriage with a minimum of Tractor type undercarriage with a minimum of three (3) upper rollers per side and nine (9) lower two (2) upper rollers per side and nine (9) lower rolls per side rolls per side Full length rock guards for track protection Full length rock guards for track protection e. BUCKETS (see attached diagram) The bucket shall be an Alaskan Heavy Duty Road The bucket shall be an Alaskan Heavy Duty Road Builder with a weight of not less than Road Builder with a weight of not less than 5,000 LBS 3,500 LBS f. BOOMS AND ARMS: EX 400 Series EX 300 Series Boom 22?11 Boom 21?0? Arm 11?2 Arm- 10?0? g. GENERAL: Minimum operation weight of 100,000 pounds Minimum operating weight of 70,000 pounds Full under house guarding with a minimum of Full under house guarding with a minimum of ? inch plate inch plate Solid steel engine compartment guard doors Solid steel engine compartment guard doors in in addition to manufacturer standard doors in addition to manufacturer standard doors. With a minimum of 48 inch width with rated With a minimum of 48 inch width with rated capacity of no less than 2.0 cu. Yds. capacity of no less than 1- 5/8 cubic yards. Also to include a ?thumb? attachment to include a thumb attachment. Minimum fuel capacity of 150 gallons Minimum fuel capacity of 134 gallons. The cab shall be all-weather sound suppressed The cab shall be all-weather sound suppressed with reinforced, tinted glass windows with reinforced, tinted glass windows Standard gauges to include hour meter, engine Standard gauges to include hour meter, engine coolant temperature gauge and fuel meter coolant temperature gauge and fuel meter Three (3) exterior working lights Three (3) exterior working lights h. ADDITIONAL REQUIREMENTS: Vendor shall provide manufacturers parts, operator and maintenance manuals for each model provided. 5. QUARRY TRUCK (s) (Articulated Rock Haulers): a. Mfr: Volvo, Model: A30C or Equal b. ENGINE: A low emission/high performance, direct injected, turbo charged intercooler diesel engine with a minimum of 251 horse power per SAE J1349. The cooling system shall incorporate a swing out radiator with a thermostatically controlled variable speed by hydraulic fan drive. The engine shall meet 1996 California off-road regulation or exhaust stack emissions c. TRANSMISSION: Shall be fully automatic, computer controlled, planetary gear design witha minimum of five (5) forward gears with lock up in all gears and neutral only start function. The drop box shall have a operator selectable hi/low function with 100% deferential lock. Shall be either 4X4 or 6X6 drive. All axles shall have fully floating axle shafts with planetary gear hub reduction. Brakes shall be air over hydraulic disc brake system and an independent park brake system. An engine exhaust retarder and an integrated hydraulic transmission retarder shall be standard. d. GENERAL: Vehicles will be be equipped with a 24 Volt electrical system, a minimum of 25 ton payload capacity and have a minimum dumping angle of 70 degrees. Fuel capacity shall provide for a 10 hour shift with reserve fuel. The cab ROPS shall meet all SAE J1040C/ISO 3471 and FOBS SAE J231/ISO 3449 standards. e. ADDITIONAL REQUIREMENTS: Vendor shall provide manufacturers parts, operator and maintenance manuals for each model provided. 6. Portable Cone Plant (Rock Crusher) MFr: Cedar Rapids Model: 1316 or Equal Portable Jaw (Primary): Circulating Oil System on Jaw Crusher All electric drives Variable speed feeder drive Jaw crusher 2236 ? 22? x 36? Feeder ? Option #1 (35? x 17?) Standard Features: Jaw Crusher: Fabricated, stress-relieved submerged Are welded steel base Drop forged, heat-treated, 4340 chrome Nickel-steel eccentric shaft. Hydraulic shim adjustment. Reversible manganese steel jaw dies. Manganese steel key plates. Massive grooved, split hub flywheel. Large, spherical self-aligning roller bearings. Portable Cone Plant (Secondary): Electric Motors for Cone Complete electrical switch gear Screening Wire installed Top deck 2 1/4 ? with 1/2 ? wire Second deck 7/8? with #3 wire Bottom deck is a press through Main Drive: V-belt drive to jaw crusher with guard Adjustable motor mount Vibrating Feeder: Replaceable individual-bolted-bar grizzly section. Adjustable angle of throw. Bolt-in side liners. Feeder pan liners. Spring mounting Motor pivot base. Loading hopper with sloped sides. Bypass chute to divert material passing Through grizzly section to under crusher conveyor with clean-out door SPECIFICATIONS: Jaw Crusher 30?x 42 Operating Speed 230-265 RPM Conveyor 42?x 28?-6? Operating Speed 360 RPM Feeder 42? x 17? Operating Speed 230-265 RPM Grizzly 60? long; 4? average opening Pan liners ?? Hoppers capacity 7 cu. Yd. Tires (tubeless) (12) 11: 00x 22/5 Horsepower Jaw 150 HP, 1200 RPM , electric TEFC Feeder 40 hp, variable speed, eddy current, 300-1650 RPM Conveyor 15 HP, 1800 RPM TEFC Dimensions: Operating Height 15?9? Operating Width 9?7? Travel Height 13?4? Travel Width 9?1? Under Crusher Conveyor V-belt drive with guard. Three-roll 35 degree troughing rolls Conveyor belt. Impact slide bars under loading area. Main Frame with Triple Axle: Fifth wheel kingpin. Flaps, brake and turn signals. Three-axle air brakes. Additional Information: - The Government has two (2) conveyors (50? and 60?). - All on-board electrical motors to be wired into plant switchgear. - Wiring from generator to on-board switchgear. - Switch gear on each plant to be 150 feet from generator setup. - Switch panel on each plant to have space for three (3) additional horsepower starters. - Diesel generator appropriate to provide power for entire plant. - Minimum capacity ? 100 ton per hour on ?? (F.-Base) - Type of rock being crushed _TRONDHJEMITE GRANIT ( QUARTZ DIORZTE) - Specific gravity = 27-29 - Must be easily configured to crush products without changing installed screens. - Feeding crusher with front end loader. - Produce rock in accordance with FP ? 96 - Standard Specifications for construction of roads and bridges on Federal Highway Projects, AASHTO Standard T 27 and T 11 B (Sublease) and E (Sublease). - Crushing plant must have provisions for Tramp-Iron relief. - If tramp iron relief required a destructing part(s), provide minimum of two spares. All maintenance performed by the contractor shall be conducted on-site at Annette Island, Alaska. Down time shall not exceed 24 hours. If repairs are not made within 24 hours of breakdown a credit for the downtime or an acceptable replacement will be provided. Emergency Equipment Repairs: Repairs caused by other than normal wear and tear of the leased equipment. Repairs will be coordinated between the JFECC, Contracting Officer, and vendor. The contractor shall be reimbursed for all labor, parts, and transportation at the contractors cost, not to include contractor overhead, G&A, and/or profit. This equipment needs to be in place at Hemlock Bay, Annette Island, Alaska by 18 March 2004. The destination is FOB and the length of the contract is anticipated to be one year with possible two (2) option periods. The estimated hours of usage is 210 hours per month. Please provide the monthly lease charge, along with hourly overtime rate. Offerors capable of providing all of the described services are invited to submit a statement of capabilities and price to 3 CONS/LGCB, 10480 22nd Street, Elmendorf AFB, AK 99506 at/or before 1530 hours Alaska Time, 9 JULY, 2004. Offerors capable of providing all of the described equipment and services are invited to submit a faxed Statement of Capabilities to Ms Alfredia Tyler at (907) 552-7496 or email address: Alfredia.Tyler@elmendorf.af.mil. The solicitation and all associated documents when issued will be posted on the Electronic Posting System (EPS) Web page. The Internet address is: http://www.eps.gov. SOLICITATION IS NOT AVAILABLE AT THIS TIME. Any interested contractors identifying themselves for this procurement will be placed on the Offerors Mailing List. It is recommended that all interested service providers register for this SIC code or NAICS number through EPS to ensure they automatically receive all updated documents to this requirement as they are posted.
- Place of Performance
- Address: Annette Island, Alaska
- Country: USA
- Country: USA
- Record
- SN00610377-W 20040627/040625230756 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |