SOLICITATION NOTICE
24 -- Wheel Loader/Integrated Tool Carrier with v-type plow and bucket attachments
- Notice Date
- 6/8/2010
- Notice Type
- Presolicitation
- Contracting Office
- NER - ACAD Acadia National Park P. O. Box 177 Bar Harbor ME 04609
- ZIP Code
- 04609
- Solicitation Number
- Q1700100613
- Response Due
- 6/29/2010
- Archive Date
- 6/8/2011
- Point of Contact
- Linda McFarland Contracting Officer 2072888713 Linda_McFarland@nps.gov;
- 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
- Q1700100613. This is 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; proposals are being requested and a written solicitation will not be issued. This is solicitation number Q1700100613 and is issued as a Request for Quotation. This procurement is open to all size business concerns, NAICS code 333120, Construction Machinery Manufacturing, Size Standard: 750 employees The following are the material specifications for which proposals are requested: 2010 Wheel Loader/Integrated Tool Carrier with plow and bucket attachemnts Line Item 1.Wheel Loader/Integrated Tool Carrier and V-type Plowand Bucket per specifications below1 unit$___________ Offers must include the make and model of proposed unit and attachments, price of proposed unit with attachments, and statement certifying the proposed unit and attachments meet all specifications listed in this synopsis/solicitation, including 3 year warranty. General 1.The quoter shall provide Acadia National Park with a 2010 or current model year Wheel Loader (Wheel Loader/Integrated Tool Carrier) with bucket and snow plow as specified with all described options. 2.The Wheel Loader shall be delivered to Acadia National Park in Bar Harbor, Maine. Wheel Loader/Integrated Tool Carrier 1.Maximum operating weight with bucket assembly shall not be less than 23,000 pounds and not more than 26,500lbs. 2.Height shall not exceed 130" to top of ROPS cab. 3.Length with bucket assembly shall not exceed 278". 4.The Wheel Loader shall a minimum ground clearance of 14" between ground and lowest point or differential housing. 5.The Wheel Loader shall be provided with 17.5R25- 12PR L3 wheel/tire assemblies and a mounted matching spare tire assembly. 6.The Wheel Loader shall be provided with solid mounted front wheel mud/dirt guards and swivel type rear wheel mud/dirt guards. 7.The Wheel Loader shall be provided with a rear counter weight group and tow recovery hitch. (Pin style) Tools 1.The Wheel Loader shall be provided with a matching hook on style twelve foot Multi-Directional folding vee plow. The V-type plow provided shall be a current model year 2010 and shall be designed and certified for this wheel loader application. a.The Plow shall be multi-directional to function as a Vee Plow, Reversing Plow, Blade, and Scoop. b.Moldboard. The Moldboard shall be heavy-duty with reinforced rib structure. Construction shall be multiple box reinforced " rolled plate steel with full length 7" x 5/8" horizontal S & C channel center support and (8) " ribs. The moldboard exterior shall be fully welded with " ribs end caps and reinforced backside. The moldboard shall also include a cutting edge " x 6" high carbon blade with standard punched holes attached with 5/8" plow bolts and hardware. c.Carrier Assembly. The Carrier Assembly shall be reinforced box type constructed of " steel plate and 1" end caps and a " back plate. The center hinge shall be constructed of a 5" OD DOM drilled to accept a 3" cold rolled solid steel hinge pin. d.A Frame Assembly: The A-Frame Assembly shall be constructed of heavy 4" ship and car channel mounted to a flat " x 34" x 62" A-Frame to facilitate user specified coupler. e.Hydraulics: The hydraulic angling system shall consist of two (2) 4" x 20-3/4" double acting hydraulic cylinders with 2" solid chrome plated rods and high-pressure poly u-cup seals. The hydraulic cylinders shall be independently plumbed with a cushion valve and a 1-gallon nitrogen charged accumulator for shock protection. f.Dimensions:i.Dimensionsii.Blade47" tall (with 6" cutting edge) x 144" wideiii.Full Vee130"iv.Angled124" (Left or Right)v.Inverted Vee118"vi.The plow package shall weight approximately 3,750 lbs. excluding coupler assembly. g.A swivel shall be included to compensate for uneven terrain while plowing. h.A pair of screw type adjustable 11" mushroom style wear shoes shall be provided. 2.The Hydraulic control for coupler locking pins shall be located on the right side of operator's station. 3.The Hydraulic coupler shall attach to all JRB-pattern attachments. 4.The Wheel Loader shall also be provided with an auxiliary hook on (Weld on type) blank suitable for mounting park's current Balderson hydraulic broom attachment. The blank shall be provided with an additional set of OEM quick couplers. Engine 1.The Engine shall be diesel powered, four stroke turbo charged, after cooled, wet sleeved series that has a minimum horse power rating of 120hp. It shall also be certified by the manufacturer for usage of blended biodiesel fuel. (Maximum B20) 2.It shall also meet current EPA Tier III non-road emission standards. It shall be provided with an either aid starting option and 120V engine block heating system that shall assist during cold weather starting operations. The air intake system shall be provided with a centrifugal style air pre-cleaner that will collect the larger dirt particles thus prolonging air filter service intervals. 3.The engines idle speed shall be operator adjustable for cold climate starting. 4.The air filtration system shall consist of a dual element dry type mounted under hood. 5.The engines cooling fan system shall be hydraulically driven with an automatic reversing style fan which can be programmed to expel large debris particulates at variable intervals. The Wheel Loaders radiator shall also be designed with a core system that allows larger air space openings to lessen over heating and plugging problems. 6.A manufacturer's quick remote drain system (Environmental Friendly) shall be provided. It shall allow for rapid removal of the following fluids via a common drain location or at individual fluid locations with plumbing and valve assemblies to allow for quick fluid drainage or sampling of the various fluids."Engine Coolant"Engine Oil"Transmission Oil"Hydraulic Oil Transmission 1.The Transmission shall be a power shift type having a minimum of 4 speeds forwards and 3 speeds in reverse. It shall have a 20 mph minimum speed in 4th gear forward and 12 mph minimum speed in 3rd. gear reverse. 2.The Transmission F/N/R lever shall be mounted on steering console. 3.The Wheel Loaders transmission torque converter shall be designed to provide adequate foot pound of torque to match engine horse power rating while under full load status, with maximum bucket capacity and climbing steep terrain. 4.The Wheel Loader shall offer a tilting or swing open hood enclosure, swing out or raised upward style side panels that allow mechanics rapid access to provide preventative maintenance or repairs. 5.It shall also provide a large swing out or upward style access point of entry to clean the many auxiliary oil coolers and fan assembly. 6.All panels, access doors, fluid fill stations and cab openings shall be lockable for vandalism protection and safety. 7.The Wheel Loader shall be provided with a complete set of bottom guards that would protect the engine, transmission and driveline components. 8.The Wheel Loader shall be provided with a transmission cutout/neutral switch that shall be either foot pedal or micro- switch operated to kick out transmission while increasing engine rpm's when using bucket loader, snow plow or sweeper attachments. Operator's station 1.The Cab shall be a sound suppressed style with a pressurized system that uses a cab filter for air filtration. It shall also meet current ROPS/FOPS certification by the manufacturer. It shall be isolated mounted thus reducing vibration to the operator's station. It shall be heated. 2.The Cab front and rear windows shall provide multispeed wipers if available, washer system for both, defrosting ducts/vents designed to maintain operator visibility during year round operations and varying weather conditions. 3.The operator's seat shall include a deep foam padding, fabric covering, and high back style air operated seat with arm rests for operator comfort. The Cab shall also offer Left -sided operator station access via a swing open door/ panel with side glass and latch. The door/ panel provided shall swing full open and secure for summer time operations. 4.The Cab shall also include 1 or 2 interior mounted rear view mirrors and 2 exterior cab mounted rear view heated mirrors. The cab shall include rubber floor covering to protect the metal cab flooring from salt and other types of debris. 5.The Cab shall also include a halogen lighting group with a minimum of 4 forward and 2 rear facing work lights and LED turn signal/warning flasher/brake light package. (Additional loader frame mounted work lights shall be provided if available from manufacturer.) 6.The Cab shall have a warning system capable of warning the operations via red flashing lights and audible devices should any of the Wheel Loaders Systems note various troubles."Low Oil Level"High Fluid Heat"Air Filter Restriction (Visual Restriction Gage) acceptable"Low/High Voltage"Brake System Warning"Coolant System Warning 7.The operator while seated shall be able to view the following analog/digital display circuits. (Gages or Monitor Panel) acceptable."Battery Voltage"Engine RPM"Engine oil pressure"Hour Meter"Fuel Level"Hydraulic oil temperature"Engine coolant temperature"Transmission oil temperature 8.The Cab shall offer an adjustable steering wheel, transmission control and turn signal console to accommodate multiple operators. The cab shall be provided with a 24Volt to 12Volt power converter with a minimum 10 amp circuit rating. The converter provided will supply 12Volt DC current to our Motorola two way radio system. 9.The Cab shall also include an AM/FM radio system provided with necessary converter and speaker system. The cab shall also include if a 12Volt receptacle for an auxiliary power point. 10.The Cab shall be provided with side access steps and rear access panels with steps and hand rails that would provide safe entry and exit from upper cab/operators station to ground level. 11.The Cab windshield shall be provided with an anti-glare top portion to prevent dangerous visibility situations for the operator while operating in day time operations. Hydraulic System 1.The Hydraulic pump shall be a variable-displacement, axial-piston type with a closed-center operating system. The Hydraulic system shall include a visual oil level indicator which is viewable while standing at ground level. 2.The Hydraulic filter shall be a spin on type thus minimizing spillage during servicing. The Hydraulic valve provided shall be designed for a 4 function system. It shall control the boom circuit, bucket circuit and 12' Multi-directional folding V- Plow. 3.The Hydraulic system shall include a ride control feature thus stabilizing operations on rough terrain. Differentials 1.The operator shall be able to control front differential lock mechanism while on the go. The system may be engaged via foot pedal control or by an electrical switch. The rear differential shall be a standard conventional type. Brakes 1.The service brakes shall be wet type located within the front/rear differential housing. The brakes shall be hydraulically engage for smooth braking under all conditions. 2.The parking brake shall be drive-line/transmission mounted and controlled by electronic, hydraulic or an air integrated system. It shall be designed to apply automatically when the engine is shut off. The brake pads shall also be oil cooled thus preventing premature failure. Electrical 1.The starting and charging system shall be 24volt with negative ground. 2.The battery group shall consist of two 12 volt maintenance free batteries with a minimum 950 CCA each. 3.The alternator shall provide a minimum of 70 amp output. 4.The wiring distribution box shall allow easy access for diagnosing electrical problems, plus use circuit board technology and solid state components that will reduce the number of relays and wiring harnesses. 5.All electrical connecters shall be sealed to eliminate corrosion from infiltrating connecters and wiring harnesses. 6.The system shall be provided with a master disconnect switch and a key operated start/stop switch. 7.The Wheel loader shall be provided with a backup alarm rated for noisy environment. 8.The Wheel loader and attachment package shall be provided with a complete set of printed manuals for all parts, service, and operational guidelines. It shall also include any colored wiring/numbered schematics. Warranty 1.The Wheel Loader provided shall be provided with a 3 year full warranty coverage on all system warranty policy. The policy would include all systems and components as provided in Wheel Loader package. Place of delivery and acceptance is FOB Destination at Acadia National Park, Route 233, McFarland Hill, Bar Harbor, Maine 04609. Delivery must be made 90 days after receipt of order. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Award shall be made to the responsible offeror with the lowest quote whose products meets all specifications. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with the offer (available at www.acquisition.gov/far/). The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition including the following additional FAR clauses which apply to this acquisition: 52.202-1, Definitions; 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act - Supplies; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-18, Place of Manufacture; 52.232-1 Payments; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; and 52.232-36, Payment by Third Party; 52.233-2, Service of Protest; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.243-1 Changes - Fixed Price; Customary commercial 3 year warranty requirements apply to this requirement. Executive Order 13513 Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving (Oct, 2009). This Executive Order introduces a Federal Government-wide Prohibition on the use of text messaging while driving on official business or while using Government-supplied equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on the behalf of the government.Hard copy offers only will be accepted (no fax or electronic offers will be accepted) and are due at Acadia National Park by 4:30 p.m. EST on June 29, 2010. Mailed offers shall be sent to Contract Specialist, Acadia National Park, P. O. Box 177, Bar Harbor, Maine 04609. Hand carried offers or offers delivered by courier should be addressed to Contract Specialist, Acadia National Park, Route 233, McFarland Hill, Bar Harbor, Maine 04609; Offers must include the make and model of proposed unit and attachments, price of proposed unit with attachments, and statement certifying the proposed unit and attachments meet all specifications listed in this synopsis/solicitation, including 3 year warranty. Offers must also include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. Contact Alan Farnsworth, Equipment Operator, alan_farnsworth@nps.gov for technical questions concerning this solicitation. Contact Linda McFarland, Contracting Officer, linda_mcfarland@nps.gov with questions concerning solicitation terms and conditions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1700100613/listing.html)
- Place of Performance
- Address: Acadia National Park, Bar Harbor, Maine
- Zip Code: 04609
- Zip Code: 04609
- Record
- SN02171171-W 20100610/100608234913-a492381b05be93a7f1fcd0ddc7b80b34 (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 |