SOLICITATION NOTICE
38 -- Pre-solicitation for the purchase of a Hydraulic Excavator
- Notice Date
- 6/21/2010
- Notice Type
- Presolicitation
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-10-Q-0091
- Response Due
- 6/28/2010
- Archive Date
- 8/27/2010
- Point of Contact
- Valerie Reller, 509-527-7215
- E-Mail Address
-
USACE District, Walla Walla
(valerie.k.reller@usace.army.mil)
- Small Business Set-Aside
- HUBZone
- Description
- NAICS Code: 333120 Construction Machinery Manufacturing Contracting office address: U.S. Army Corps of Engineers, Walla Walla District, 201 North Third Avenue, Walla Walla, WA 99362. Subject: Pre-solicitation notice for purchase of Hydraulic Excavator for Ice Harbor Lock and Dam Proposed solicitation number: W912EF-10-Q-0091 Closing response date: approximately 2 weeks from the date the solicitation is issued Point of Contact: Valerie Reller, Contract Specialist, at (509) 527-7215 or e-mail: Valerie.K.Reller@usace.army.mil Description of Requirement: This synopsis is not a request for quotes or proposals. This is a pre-solicitation notice that a solicitation is scheduled to be released via FedBizOpps (www.fbo.gov) in the near future detailing requirements for a supply requirement entitled: Hydraulic Excavator at Ice Harbor Dam. The US Army Corps of Engineers (COE) requires contract for purchase of a Hydraulic Excavator for the Ice Harbor Lock and Dam, Burbank, Washington. Schedule of work: The successful bidder shall be required to deliver the items listed in the bid list to the addresses indicated by September 15, 2010. Failure to deliver will be cause for rejection and return of the late equipment. Hydraulic Excavator: The hydraulic track mounted excavator shall be a Caterpillar 315D L or Approved Equivalent. The excavator shall be new with only minimal hours on the machine from the factory from testing and transportation to the project. Other information: The solicitation will be posted to the Federal Business Opportunities web site (www.fbo.gov) when released. Quotes/Proposals will be due approximately 3 weeks after the actual solicitation issuance date. This is scheduled to be issued as a Supply contract. This announcement is for information and planning purposes only. Set-aside status: The solicitation is scheduled to be issued as a 100% Small Business for HUBZone Certificed Set-Aside. The North American Industry Classification System code for this requirement is 333120 size standard: 750 employees. Critical Elements The critical defining elements for the excavator include: "115 130 net horsepower (SAE J1349) diesel engine "Dry operating weight not to exceed 40,000 pounds "Swing Torque of 32,010 lb-ft "Swing Speed 10.2 rpm "Boom with Intermediate stick length of 9-6 (+/- 4) "24 triple grouser track "Fuel Tank Capacity of no less than 79.3 Gallons "Digging Depth of no less than 21.6 ft. "Max reach at Ground Level not to exceed 30 ft. "Side lift capacity of no less than 15250 lbs. "Front lift capacity of no less than 15350 lbs. "Overall Track length not to exceed 13 ft. "Max ship length not to exceed 28.08 ft. "Quick Coupler "Thumb with 4 teeth "Auxiliary hydraulic lines with quick connects for boom mounted tools (in addition to the thumb) "Hydraulic thumb with joystick integrated controls "Cab AND boom mounted work lights. "Fine swing control "Shipping height shall not exceed 10-1 "Deluxe cab with cloth suspension seat "Air conditioning "Hydraulic track adjusters "AM/FM radio "Quick coupler to allow in seat change of buckets "2 complete printed copies of a comprehensive maintenance manual, shop manual, operations manual and parts manual. 3rd copy to be provided on CD ROM. Conducting Business with the Government In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the Central Contractor Registration (CCR). All Offerors must be CCR registered prior to receiving an award. Registration instructions may be obtained, and online registration may be accomplished, at www.ccr.gov. By submission of a quote, a vendor acknowledges the requirement to be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Prior to quoting, it is preferred that vendors complete the Online Representations and Certifications (ORCA), which requires CCR registration including an MPIN number. Instructions may be obtained and required information may be entered at http://orca.bpn.gov. If you are not ORCA registered, you will need to complete and provide paragraphs (B) through (I) of provision 52.213-3 in the solicitation. When available, the solicitation documents for this project will be accessible via FedBizOpps at www.fbo.gov. No CDs or hard copies will be available. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the document posted at the referenced website.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-10-Q-0091/listing.html)
- Place of Performance
- Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
- Zip Code: 99362-1876
- Zip Code: 99362-1876
- Record
- SN02182783-W 20100623/100621234400-bf7b1e0958b19a313fe415bbd2f61131 (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 |