Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2011 FBO #3589
SOLICITATION NOTICE

38 -- D8T Dozer or Equivalent - Combined synopsis/solicitation

Notice Date
9/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-11-T-0133
 
Archive Date
10/11/2011
 
Point of Contact
Jesse Onkka, Phone: 6512905444, Kevin P. Henricks, Phone: 6512905414
 
E-Mail Address
Jesse.L.Onkka@usace.army.mil, kevin.p.henricks@usace.army.mil
(Jesse.L.Onkka@usace.army.mil, kevin.p.henricks@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SF-1449 Combined synopsis/solicitation US Army Corps of Engineers St. Paul MN District Statement of Work Large Dozer purchase for Maintenance & Repair Section 1.0 Objective The Contractor shall deliver one (1) large slow speed Tracked type Tractor (Bulldozer) to the Maintenance and Repair section located in Fountain City WI. To be considered for this contract the offered machine shall have less than 500 hours. 2.0 Description of Acceptable Products for Contractor Submission The Bulldozer submitted for this solicitation should be of brand Caterpillar, model D8T, OR EQUAL. Salient characteristics for each application will be included in the next section. 3.0 Large Dozer Product Characteristics The Contractor shall deliver one (1) bulldozer, conforming to the following requirements: •Ø Large Bulldozer, Brand Caterpillar, Model D8T, OR EQUAL •Ø Enclosed operators station to include heat and air conditioning •Ø Track shoe type Moderate service •Ø Semi "U" blade •Ø Optional winch package, if no winch installed Dozer shall have a counter weight system installed •Ø Two (2) Operator, parts and service manual (English Language) •Ø Compliant ("Y" or "YES") on all items on the following Bid Specification Compliance Sheet Large tracked type tractor (Bull Dozer) BID SPECIFICATION COMPLIANCE SHEET D8T OR EQUIVALENT Compliant? BASIC SPECIFICATIONS Y____ N____ Engine net power according to ISO 9249 at least 310 hp (231 kW) @ 1850 RPM. Y____ N____ Maximum digging depth at least 22.6" ( 575 mm) Y____ N____ Operating weight 84,500 lb (38488 kg). Y____ N____ Shipping height 11.3 ft (3448 mm). Y____ N____ Shipping length 20' (6091 mm) Y____ N____ Ground clearance at least 24" (618 mm) Y____ N____ Shipping width 12.9' Y____ N____ ROPS height 11.35' (3461 mm) Y____N____ Semi "U" blade clearance at least 48" ENGINE Y____ N____ Engine shall be US Tier III compliant. Y____ N____ Cooling fan shall be driven hydraulically from the engine. Y____ N____ Engine mounts shall be rubber-isolating. POWERTRAIN/TRANSMISSION Y____ N____ Three (3) forward speeds and three (3) reverse speeds, HYDRAULIC SYSTEM Y____ N____ Implement pump output at least 60gal/min (226L/min) UNDERCARRIAGE Y_____N____ Y____ N____ Y____ N____ Y____ N____ Y____ N____ Width of Shoe 28" Grouser height 3" (78) Track Gauge 82" (2082)mm Length of Track on ground 10.5' (3207) Width over trunnions 10' (3057) OPERATORS STATION Y____ N____ A suspension seat. Y____ N____ Seat shall have fore/aft, height and weight adjustments as well as wide adjustable armrests and a retractable seat belt Y____ N____ Monitor shall perform pre-start fluid level checks. Y____ N____ Monitor shall have a programmable service interval reminder for timely maintenance. Y____ N____ Cab shall have a lighter; drink holder, coat hook, service meter, literature holder, magazine rack and storage compartment. Y____ N____ Exterior design of the cab shall use thick steel tubing along the bottom perimeter of the cab to improve resistance of fatigue and vibration. Y____ N____ The cab shell shall be attached to the frame with viscous rubber cab mounts to dampen vibrations and sound levels Y____ N____ All glass shall be affixed directly to the cab and eliminate window frames for enhanced visibility Y____ N____ Steering control, twist tiller with touch shift Y____ N____ Pillar mounted wipers shall offer continuous and intermittent modes Y____ N____ Rearview mirror SERVICEABILITY Y____ N____ Machine shall have sealed and lubricated track rollers, carrier rollers, and idlers Y____ N____ Many service locations shall be at ground level Y____ N____ A reserve tank and drain cock shall be attached to the radiator for maintenance Y____ N____ Engine radiator fan shall be completely enclosed by fine wire mesh Y____ N____ Machine shall be equipped with SOS sampling ports and hydraulic test ports for the hydraulic system, engine oil and for coolant MINIMUM SERVICE FILL CAPACITIES Y____ N____ Fuel tank capacity shall not be less than 170 gal (643 L). Y____ N____ Cooling system capacity shall not be less than 20.3 gal (77 L) Y____ N____ Engine oil capacity shall not be less than 10 gal (38 L) Y____ N____ Power train capacity shall not be less than 41 gal (155 L) Y____ N____ Each final drive shall have a capacity of not less than 3.3 gal (12.5L) Y____ N____ Hydraulic tank shall have a capacity of no less than 19.8 gal (75 L) Y____ N____ Roller frames shall have a capacity of no less that 17.2 gal (65 L) OWNING AND OPERATING COSTS Y____ N____ Grease lubricated track shall reduce dirt entry to the pin and bushing joint and provide longer wear life. Y____ N____ Engine oil/filter shall have a recommended maintenance interval of not less than 500 hours Y____ N____ Hydraulic cartridge filter shall have a recommended maintenance interval of not less than1,000 hours ADDITIONAL FEATURES Y____ N____ Vendor shall provide a supply of filters equal to the amount required for 1000 hours of operation Y____ N____ Machine shall be prewired for a system to assist with fleet management and track hours, location, security and product health •4.0 Dozer to be offered in Trade The Government is offering one D7H dozer as a trade in item. Model year 1987 Operating hours 11850.0 S/N 79Z01799 5.0 Delivery All Contractor bids shall include charges (if any) for delivery of equipment to the following address: Fountain City Service Base Attn: Maintenance and repair section 431 North Shore DR Fountain City WI 54629 6.0 Warranty of Work The Contractor shall warranty the products delivered under this solicitation for not less than one calendar year, commencing at final acceptance/delivery. The Contractor shall repair any product defects discovered during this time period at no cost to the Government. 7.0Technical POC The technical point of contact (POC) for this solicitation is Mr. Keith Graham. He can be reached at 608-687-8526 ext 7 or by email at keith.a.graham@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-11-T-0133/listing.html)
 
Place of Performance
Address: Fountain City Service Base, Attn: Maintenance and repair section, 431 North Shore DR, Fountain City, Wisconsin, 54629, United States
Zip Code: 54629
 
Record
SN02583995-W 20110922/110920235235-5c89909061347afec887b71bebc7becc (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.