Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2013 FBO #4164
SOLICITATION NOTICE

Z -- GALLATIN NATIONAL FOREST: 2013 Equipment Rental

Notice Date
4/17/2013
 
Notice Type
Presolicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of Agriculture, Forest Service, R-1 East Side Acquisition Team: Beaverhead-Deerlodge; Custer; Helena; Gallatin; Lewis & Clark NFs; Dakota Prairie NG, Montana, United States
 
ZIP Code
00000
 
Solicitation Number
AG-0398-S-13-0004
 
Archive Date
12/31/2013
 
Point of Contact
Alane M Fitzpatrick, Phone: 406-587-6920, Dana M. Bangart, Phone: (406) 587-6763
 
E-Mail Address
afitzpatrick@fs.fed.us, dbangart@fs.fed.us
(afitzpatrick@fs.fed.us, dbangart@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Project Title: Gallatin National Forest - 2013 Equipment Rental Scope of Work: This requirement involves furnishing equipment that is fully operated and that is in good mechanical and operational condition. The equipment must be operated by qualified, competent operators who are experienced in performing the type of work specified herein. The operator/s must be practiced in operating a backhoe and a dump truck in mountain conditions/terrain and must be skilled in the safe operation of the equipment and the hook-up of any/all equipment attachments. Thorough knowledge of all equipment capabilities is required. A concise resume for each operator must be provided. The Contractor shall provide all equipment, operating supplies, operators, supervision, and support functions necessary to perform the required work on a per hour basis. Description of Work: The work to be accomplished is associated with road maintenance, facility and administrative site maintenance, and road decommissioning. The work shall include, but is not limited to: roadside brushing and tree removal, placing and spreading aggregate base material, rip rap hauling, slide removal, repair of roadway slumps, installing culvert pipes and cattle guards, placing riprap, digging out culvert inlets/outlets and cross drains, cleaning ditch, gate repair and installation, bridge maintenance and repair, sign and post installation in accordance with Manual on Uniform Traffic Control Devices (MUTCD) specifications, placing rock in stream channels, and blocking roads with rock. Hand labor necessary for the accomplishment of any work will be provided by the Government. All materials referenced (i.e., aggregate, cattle guards, culvert, riprap, gates, posts, signs, etc.) will be furnished by the Government. Technical Specifications: Equipment furnished under this contract shall meet the following minimum specifications and equipment requirements. (a) Backhoe/Endloader (1) Minimum net engine horsepower - 84 (2) 4-wheel drive, rubber-tired, mounted with extend-a-hoe boom and thumb; equipped with ride control. Required hydraulic attachments: flailing blade brush head capable of taking down a 6-inch diameter tree; 8-inch minimum diameter auger, vibrating/compacting plate; 12-inch bucket. All attachments will be "quick attach/quick coupler" with the hydraulics plumbed and ready for use. (3) Loader Bucket - multi-purpose (four-way), with flip-over forklift attachment. Flip-over forks will be adjustable for width and a minimum of 48-inches long. Clamp-on and bolt-on style forks are unacceptable. (4) Minimum endloader bucket capacity: 1-1/8 cubic yards (5) Minimum backhoe bucket capacity: 5.5 cubic feet; 24-inches wide (6) Power shift (7) Equipment Age: NOT older than 6 years (b) Dump Truck (1) Diesel powered, minimum net horsepower: 190 (2) Tandem drive axle (3) End dump with lip and bed protection for hauling riprap (4) Equipment Age: NOT older than 8 years and in good serviceable condition (See *NOTE below) (c) Trailer. Trailer shall be capable of being towed by the above dump truck and hauling the backhoe/endloader. *NOTE: Equipment may be offered which exceeds the specified age, if: (a) The bidder completes the equipment identification blocks on The Schedule; (b) The bidder secures an inspection by a qualified mechanic employed by a factory authorized repair facility for warranty purposes or an authorized dealer, for the Make of equipment being offered; (c) The mechanic completes the Inspection Form (EXHIBIT B) and certifies that the equipment is in good operating and mechanical condition; (d) The bidder must complete and submit the inspection form as part of the bid package in response to this Request for Quotations. This inspection does not affect the Government's right to make additional inspections of the equipment or to contact the inspector concerning the inspection performed. Safety Requirements: The Contractor shall provide two signs, with stands, stating "Road Work Ahead." Signs shall be a minimum of 36" x 36" in size with 6-inch black lettering on an orange background, reflectorized. Signs shall be in good condition and lettering shall be legible. Signs shall conform to U.S. Department of Transportation "Manual of Uniform Traffic Control Devices" (MUTCD), sign W21-3. (See Exhibit A). Signs shall be posted at the beginning and end of the daily work area before work begins. Signs shall be removed at the end of each work day. Project Location: The work will be located on various roads across the Gallatin National Forest on the Bozeman, Yellowstone (Livingston & Big Timber areas), Gardiner, and Hebgen Lake Ranger Districts. Contract Type: A Time and Material (Labor-Hour) contract is expected to result from this solicitation. Interested bidders with technical questions may contact Jeff Hiedeman at the Gallatin National Forest, Supervisor's Office at 406-587-6738. The solicitation will be available on approximately 8 May 2013 and can be downloaded from this website at that time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/398/AG-0398-S-13-0004/listing.html)
 
Place of Performance
Address: Gallatin National Forest, 10 E Babcock, Bozeman, Montana, 59715, United States
Zip Code: 59715
 
Record
SN03039054-W 20130419/130417234745-2a9443c75d66217134b59c82a1024539 (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.