SOURCES SOUGHT
23 -- Snowcat
- Notice Date
- 6/18/2009
- Notice Type
- Sources Sought
- Contracting Office
- Bureau of Reclamation - Mid-Pacific Regional Office 2800 Cottage Way, Room E-1807Federal Building Sacramento CA 95825
- ZIP Code
- 95825
- Solicitation Number
- R09PS26007
- Response Due
- 7/1/2009
- Archive Date
- 6/18/2010
- Point of Contact
- W. Stephan Taylor Purchasing Agent 7758848378 wstaylor@usbr.gov;<br />
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- This announcement is to Small Business, Small Disadvantaged Business, Women-Owned Small Business, HUBZone, Small Business, Veteran-Owned Small Business, and Service-Disabled Veteran-Owned Small Business concerns that may be interested in performing a contract for the Mid-Pacific Region of the Bureau of Reclamation. The Snowcat specifications are described below. Based upon response to this announcement, the Government may determine to set this acquisition aside or proceed with an unrestricted solicitation. The applicable North American Industry Classification System (NAICS) Code is 336999 and the related small business size standard is 500 employees. This notice is not a request for proposal and the information presented in this announcement will not obligate the Bureau of Reclamation in any manner. Interested parties should include the following information in their response: (a) Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone and/or 8(a)), and a point of contact; (b) A positive statement of your intention to submit an offer for this solicitation as a prime contractor; (c) Evidence of your experience supplying products similar in type to the product in this announcement within the last five years. The evidence should include: contract numbers, dollar amounts and points of contacts with telephone numbers. Please do not include more than three past projects; and (d) Include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to supply the required product.(e) If bonding is required, also provide evidence of your bonding capacity; All interested parties are encouraged to respond to this notice, by e-mail to wstaylor@usbr.gov not later than the close of business on July 1, 2009. The information provided in this announcement is all information the Government has available at this time. There are no specifications, drawings, bid packages, or source lists available. The principal components of the product to be supplied include: 1.0 GeneralThe unit shall be a light utility vehicle, track mounted with a modified 'U' tub design and independent suspension. It shall be a current year model. The vehicle shall be manufactured in a currently certified ISO 9001 facility. 2.0 DimensionsThe overall length will be less than 159-inches. The overall height will be no more than 109 inches. The ground clearance will be no less than 15-inches. The shipping weight will be no more than 7,800-pounds.The overall width with 35 -inch tracks will be 101-inches or less. 3.0 OperationalThe maximum speed will be 16-miles-per-hour. The inside turning radius will be 0.0-feet with the capability of making a zero radius turn in deep snow. The ground pressure at 7,800-pounds with 44-inch tracks at 6-inches of penetration, will be less than or equal to 50.9-grams-per-square-centimeter, or less than or equal to 0.72-pounds-per-square-inch.The maximum gradeability will be no less than 100-percent fore and aft, and sidehill 75-percent, as stated in the manufacturer's operation manual.The vehicle will have a payload of no less than 3,000-pounds. 4.0 EngineThe engine shall be equal to a 4 cylinder Perkins electronic, model 1104-E44T. The engine will have no less than 115-horse-power at 2,400-revelutions-per-minute. The engine will produce no less than 328-pound-feet of torque at 1,400-revelutions-per-minuet. High idle will be 2,400- revelutions-per-minuet. Engine will be equipped with a glow plug cold start system located in the air manifold. Provide a cold weather kit to include an engine block and hydrostatic oil heater. 5.0 Drive trainThe transmission will be fully hydrostatic.The drive pumps shall be equal to Sauer Danfoss, series 90, 55-cubic-centimeters.The drive motors shall be equal to Sauer Danfoss, series 90, 75-cubic-centimeters. The Pump drive shall be equal to a Stiebel, type 4350 with a drive ratio of 1:1.27. The final drives shall be equal to a Fairfield final drive with a drive ratio of 10.4:1.The parking brakes shall be equal to Ausco, wet type, spring applied, pressure released brakes.The rear sprockets will be driving the tracks, and they will be steel covered with polyurethane. Independent control of each track will be via a steering wheel and foot pedal through a microprocessor. The software used by the microprocessor for the independent control of each track will be written by the vehicle manufacturer to optimize driving performance. The unit will be provided with an over-ride controller "Limp-home kit" to be used in place of the computer controls in the event of an emergency. All limp home controller connections shall be clearly labeled and easily accessible. 6.0 Suspension and UndercarriageThe snowcat shall have eight pneumatic tires no smaller than 560 by 140 by 12-inches in diameter. Each wheel will be attached to its own independently sprung trailing arm. The track belts shall be four ply reinforced rubber / nylon. The cross-links will be steel, die formed, and heat treated, with sidehill holding cleats on every bar, alternating from the inside to the outside of the track. The under carriage of the snowcat shall be covered and protected by steel skid plates. The under carriage of the snowcat shall have no hoses wires or obstructions that could be snagged in any way by debris or brush under the snow. 7.0 Frame and CabThe frame will be a modified 'U' shaped tub of welded steel that has been heat treated for stress relief. The cab will be fully insulated and designed with a roll-over-protection-system (R.O.P.S.) that meets SAE J1040C specifications. In addition the cab shall be mounted on a rubber suspension system with an electric/hydraulic power lift/tilt system. All critical welds in the R.O.P.S. shall be done to Structural Welding Codes AWS D1.1-98 and AWS D1.2-98. The cab will have fixed seats for the operator and front passenger as well as a bench seat in the rear that can at least hold two additional adult passengers. All seats to have a three (3) point seat belt system. The cab will be fully equipped for winter use with the following: A minimum of 40,000-British-Thermal-Units (BTU) heater and defroster with dual fans to ensure adequate Airflow, adjustable intermittent windshield wipers, dome light, dash lights, four high intensity flood lights mounted in front, front and rear halogen headlamps with both high and low beam switches. The snowcat shall be complete with a trim pot controller to enable crab steering on side hills. The cab shall be equipped with heated exterior mirrors that are adjustable while sitting inside the cab. The cab shall be equipped with one fully adjustable escape hatch/window of no less that 28-inches long by 22-inches wide being hinged towards the rear of the snowcat, and mounted in the center of the cab above the front seats to enable an operator in winter dress to evacuate easily.The cab doors shall be equipped with sliding side windows. The cab shall include foldable sun visors for operator and front passenger. The cab shall be equipped with a radio that at least receives am/fm radio frequency stations, and includes speakers. The cab shall be equipped with a front mounted full brush guard. 8.0 ElectricalThe electrical system shall be a 24-volt system with a negative ground. Unit to be equipped with external battery jumper lugs located on the back panel of the cab on driver's side. Unit will be equipped with a park brake switch that deactivates all hydraulic pressure in the system. (Please Note: It is not acceptable to have live hydraulics at the controls only held by a brake lever. The potential for an accident as the brakes wear is too great.) The alternator shall produce 24-volts, and have a capacity of 75-amps (which is the equivalent of 150-amps at 12-volts). The snowcat will be equipped with two batteries with a rating of no less than 750-cold-cranking-amps each. The gauges and indicators shall include the following: hours of operation meter, fuel level gauge, tachometer, engine coolant temperature gauge, hydrostatic oil temperature gauge, voltmeter, high engine coolant temperature warning light, low engine oil pressure warning light, low drive fluid level warning light, low hydrostatic oil pressure light, high transmission fluid temperature warning light, parking brake warning light. 9.0 MiscellaneousThe vehicle will be shipped with three comprehensive sets of manuals detailing operation and maintenance of the snowcat, all components, and a spare parts list. A qualified operations and maintenance technician will spend no less than one day putting the vehicle into service. Furnish and install tie down rings front and rear attached to the snowcat frame. Furnish and install on the snowcat frame a 12,000-pound capacity electric winch with controller, and with 75-feet of braided steel cable and hook. Winch to be mounted on a receiver type carrier with quick disconnect-sealed-battery lugs both front and rear of cat. During transportation of the snowcat to the delivery location, provide an insulated windshield rock protection cover to protect the glass from damage.Furnish and deliver one track jack fabricated to work on the tracks of the snowcat to be delivered. Track jack is for in-field repairs. Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102, apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the Internet at http://www.ccr.gov. Information on annual Representations and Certifications can be obtained via the Internet at http://orca.bpn.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BR/BR/R09PS26007/listing.html)
- Record
- SN01848647-W 20090620/090618234804-24cf7b56dcca472dcaacb3c4e97a04a0 (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 |