Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOLICITATION NOTICE

24 -- Compact Wheel Loader.

Notice Date
9/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W91ZNZ72100002
 
Response Due
9/17/2007
 
Archive Date
11/16/2007
 
Small Business Set-Aside
Total Small Business
 
Description
OFFICE ADDRESS: USPFO for Utah, P. O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: Compact Wheel Loader SOLICITATION NUMBER: W91J0W-7204-0101 QUOTE DUE DATE: 17 September 2007 POC: Linda Duvall, Contracting Officer, (801)523-4091 DESCRIPTION: This a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quot es are hereby requested. A written solicitation will not be issued. This requirement will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code will be 423830, size standard is 100 Employees. REQUIREMENT: 1) One (1) Compact Wheel Loader, John Deere 344J or equivalent. Minimum Specifications: Engine Type: John Deere PowerTechTM 4045T with turbocharger; certified to EPA Tier 2 emissions Net Peak Power (ISO9249): 98 hp (71 kW) @ 2,400 rpm Net Peak Torque (ISO9249): 291 lb.-ft. (395 Nm) @ 1,400 rpm Cylinders: 4 Displacement: 276 cu. in. (4.5 L) Lubrication: pressure system with full-flow spin-on filter and cooler Cooling Fan: sucker type, proportional, hydraulically driven Electrical System: 12 volt with 65-amp alternator Batteries (two 12 volt): reserve capacity: 176 min. standard, 850 CCA Air Cleaner: dual safety element dry type Transmission Type: hydrostatic (HST) with infinitely variable speed control over full range of operating speeds; two speed ranges Controls: low-effort electric shift; joystick-mounted F-N-R; two speed ranges; HST inching pedal, which allows infinitely reduced travel speeds while maintaining full engine rpm and hydraulic flow Travel Speeds: (two forward and two reverse) Forward and Reverse Speed Range 1: 5.0 mph (8.0 km/h) Speed Range 2: 18.6 mph (30.0 km/h) Axles/Brakes Final Drive: heavy-duty planetary, mounted outboard Differentials: hydraulic 100% dif-lock front and conventional rear differential Rear Axle Oscillation Versus Front: 20 degrees total, stop to stop (composed of 10 degrees axle oscillation plus 10 degrees frame oscillation) Brakes: (conform to SAE J1473, ISO3450) Service Brakes: hydraulically actuated, self-adjusting internal wet-disk brake and driveline drum brake Parking Brake: automatic spring-applied, hydraulically released, internal wet disk Tires; listed below or equivalent 17.5R25EM, GP-2B 6S L2 Goodyear 17.5R25EM, XTLA L2 Michelin 17.5R25EM, XHA L3 Michelin 17.5R25EM, SGL-D/L2 A Goodyear Refill Capacities (U.S.) Fuel Tank (with ground-level fueling): 42 gal. (160.0 L) Cooling System (engine plus radiator): 28 qt. (26.5 L) Engine Lubrication, Including Full-Flow Spin-On Filter: 14 qt. (13.0 L) Loader Hydraulic and Hydrostatic Reservoir with Filter (reservoir plus line fill): 26 gal. (100.0 L) Differential and Planetary Front Axle: 9.8 qt. (9.3 L) Rear Axle: 9.2 qt. (8.7 L) HST Motor Gearbox: 3.0 qt. (2.8 L) Front/Rear Axle Planetary Hubs (each): 27.0 oz. (0.8 L) Hydraulic System/Steering Pump (loader and steering): constant-displacement gear pump Maximum Flow @ 1,000 psi (6895 kPa): 30 gpm (115 L/min.) @ 2,400 rpm Pressure: loader and steering relief 3,335 psi (22 990 kPa, or 230 bar) Loader Controls: pilot-operated, pressure-compensating, two-function valve with unloader; single-lever control and control-lever lockout feature Hydraulic Cycle Times: 9.9 total sec. (with the original pump) Raise: 4.4 sec. Dump: 1.5 sec. Lower: 4.0 sec. (float down) / 3.0 sec. (power down) Steering (conforms to SAE J1511) Type: power, fully hydraulic articulation Relief Valve Setting: 3,771 psi (26 000 kPa, or 260 bar) Articulation Angle/Rear Wheel Steering Angle: 60-degree arc (30 degrees each direction) plus 26-degree rear-wheel steering tied mechanically to articulation Turning Radius (measured to centerline of outside tire): 166 in. (4205 mm) Dimensions with Pin-On Bucket A Height to Top of Cab and Canopy: 9 ft. 11 in. (3023 mm) B Height to Top of Exhaust: 9 ft. 6 in. (2896 mm) C Ground Clearance: 15.2 in. (385 mm) D Length from Centerline of Front Axle: 45.3 in. (1150 mm) E Wheelbase: 102.4 in. (2600 mm) F Height to Hinge Pin, Fully Raised . . . . . . . . . 12 ft. 0 in. (3658 mm) G Maximum Digging Depth . . . . . . . . . . . . . . . 2.1 in. (53 mm) H Maximum Rollback at Full Height . . . . . . . . . 63 degrees I Bucket Dump at Full Height . . . . . . . . . . . . . 42 degrees J Maximum Rollback at Ground Level . . . . . . . 45 degrees E To include the following options and attachments: 2) Dimensions with Quick-Coupler and Fork CONSTRUCTION UTILITY FORK A Reach, Fully Raised: 26.7 in. (678 mm) B Fork Height, Fully Raised: 137.6 in. (3497 mm) C Maximum Reach, Fork Level: 59 in. (1500 mm) D Fork Height, Maximum Reach: 67.5 in. (1715 mm) E Reach, Ground Level: 32 in. (815 mm) F Tine Length: 47.2 in. (1200 mm) G Overall Length: 266.5 in. (6770 mm) H Tipping Load, Straight (fork level, load centered on tine): 9,700 lb. (4400 kg) 3) One (1) Quick Hitch Loader Coupler; 4) One (1) 6 foot length Pipe and Pole Fork; and 5) One (1) General Purpose Bucket. APPLICABLE PROVISIONS AND CLAUSES: The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial; FAR 52.212-2, EvaluationCommercial Items; FAR 52.213 ALT 1, Offeror Representations and C ertificationsCommercial Items. Contract Terms and Conditions are incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 ALT A, Required Central Contract Registration, Commercial Items; FAR 52.212-5, Contr act Terms and Conditions Required to Implement Statutes or Executive Orders. Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following clause are incorp orates by reference: 52.204-7, Central Contractor Registration; 52.211-6, Brand Name or Equal; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Co operation with Authorities and Remedies; 52.222-21, Prohibition of Segregation Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Dis abilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration; 52.233-2, Service of Protest After Award; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach o f Contract Claim; 52.219.1, Small Business Program Representation; 52.252-2, Clauses Incorporated by Reference; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors in no order of importance: (1) offerors capability to provide a quality product that meets the Government requirement; (2) past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) total cost and/or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the offeror does not become registered in the CCR database by the due date/time of quote, the Contracti ng Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration at www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Quotes are due NLT 1:00 p.m. MST on 17 September 2007. Quotes may be mailed to: USPFO for Utah, Attention Linda Duvall, 12953 South Minuteman Drive, P.O. Box 2000, Draper, UT 84020-2000 or e-mailed to Linda.duvall@us.army.mil; facsimiles will not be accept ed. All quotes must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available). Quote must include: specifications/descriptive literature/pictures of Loader being offered, cost/price to include shipping and handling to 84020 and at least three references (companies who youve provided similar items too) or quote may be considered non-responsive. Questio ns may be e-mailed to the address above; no telephone calls will be accepted.
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
Country: US
 
Record
SN01401267-W 20070912/070910221443 (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.