Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2007 FBO #1880
SOLICITATION NOTICE

39 -- Reach Stacker Lease

Notice Date
1/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124707T0011
 
Response Due
1/26/2007
 
Archive Date
3/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Lease of a reach stackers for Directorate of Logistics Materiel Maintenance Division Fort Bragg, North Carolina for a period of (1)year. The contractor will be responsible for transporting the reach stackers to include initial set up and breakdown, s ervicing and training personnel on the proper handling of the reach stackers. The reach stackers will meet the minimum specifications listed below: Equipment Specifications: A. Capacity: * Maximum capacity under spreader.........&............99,000 lbs. * Load Center................................................&.....&65.75 Inches * First row 5 x 9'6 inches at 65.75 inch load center...&......90,200 lbs. * Second row 4 x 9'6 inches at 150 inch load center....&...68,200 lbs. * Third row 3 x 9'6 inches at 246 inch load center.........&.35,200 lbs. B. Structure: * Two section telescopic boom * Maximum lift height, under twistlocks...............&.52- 2 inches * Two double acting lift cylinders * One double acting telescopic cylinder C. Truck Dimensions: * Overall height.................................&....................16' - 4 7/8 inches * Wheelbase............................................&.............. 21' - 0 inches * Truck width.............................................&...........13' - 8 9/16 inches * Turning radius.........................&&&.......&........28' - 2 13/16 inches * Minimum ground clearance..........................&.....1' - 1 9/16 inches D. Engine: * Cummins Diesel Engine model QSM 11, 330 HP @ 2100 RPM * Maintenance free heavy-duty battery 24V/200 A.H. E. Transmission: * Clark hydraulic transmission Model 36000 with torque converter and powershift. F. Axles and Brakes: * Service brakes are hydraulically activated multiple wet disc on drive axle * Parking brake: electrical switch situated on the operators console * Heavy-duty steer axle mounted to the chassis via resilient, synthetic bushes allowing axle articulation over uneven ground * Rockwell 5334 G. Tires: * Front (Drive) Four (4): 18:00 x 33 40 PR * Rear(Steer) Two (2): 18:00 x 33 40 PR H. Performance: * Travel speed loaded: 13.67 MPH * Travel speed empty: 16 MPH * Lifting speed loaded: 55.12 FPM * Lifting speed unloaded: 76.77 FPM * Lowering speed loaded: 76.77 FPM * Lowering speed unloaded: 76.77 FPM * Total truck weight empty: 179,156 LBS. I. Cabin and Instrument: * Fully enclosed forward moving operators cabin, and heater * Instrument panel including the following: - Engine coolant thermometer - Brake oil pressure gauge - Hydraulic oil temperature gauge - Transmission oil pressure gauge - Interior lighting - Hourmeter - Fuel gauge - Transmission oil temperature gauge - Engine oil pressure gauge -Cabinet air conditioning -container weighing system * Back-up alarm w/camera * Soundproof cabin-74 dB (inside cabin) J. Telescopic Top Spreader for Loaded 20'-40' Containers: * Maximum capacity..............................................99,000 lbs. * Rotation&&&&&.&&&&&&&&&&..-95 degree right / +185 degree left * Sideshift - right.................................................&&&31.5 Inches * Side shift - left......................................................&... 31.5 Inches * Power Pile Slope&&&&&&&&&&&&&&.. ? 2 degrees K. Safety Features: * Engine / Transmission-integrated forward-reverse interlock, downshift protection and engine neutral start transmission safety interlock. * Steering control integrated 'anti-kick' valve, and steering shock valve * Safety device for prevention of abrupt lowering or tilting of the load in the event of damage to hydraulic circuits * Safety interlock to prevent all twistlocks from locking if all twistlocks are not correctly locked * Safety interlock to prevent lifting function if all the twistlocks are not correctly locked * Safety interlock to prevent container unlocking if all the twistlocks are not correctly seated * Overload device (anti-tipping) with automatic controls cutoff in order to prevent activating a function that may create dangerous conditions. L. Maintenance/ Care: * Repairs or replacement must be made within three government business days (GBD). * All repairs or replacement must be coordinated with the contracting officers representative (COR). Based on situation, availability of material or equipment and mission, the COR may grant additional repair time. This acquisition is for lease only. The proposed acquisition is a 100% small business set-aside. The NAICS code for this acquisition is 532490 (other commercial and industrial machinery and equipment rental and leasing) and business size standard is $6.5 million. The resultant contract will be fixed price. All contractors are required to be registered in the Central Contractor Registration database (CCR) as a condition of award. As a condition of receipt of this contract, the Contractor agrees to imp lement the Department of Defense web-based software application, called Wide Area Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. The web-site fo r registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. Point of contact for this procurement is Mr. Paul McGarr, (910) 396-4362 x250 or e-mail paul.mcgarr@us.army.mil. Solicitation W91247-07-T-0011 will be available for download at https://acquisition.army.mil/asfi/sol_result.cfm on or about 25 January 2007. All responsible sources may submit an offer.
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
Country: US
 
Record
SN01212844-W 20070119/070117220927 (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.