Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2014 FBO #4540
SOURCES SOUGHT

49 -- Refurbish 18 Bombardier Snowcoaches at Yellowstone NP

Notice Date
4/28/2014
 
Notice Type
Sources Sought
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
NPS, IMR - Santa Fe MABO1100 Old Santa Fe Trail BuildingP.O. Box 728Santa FeNM87505US
 
ZIP Code
00000
 
Solicitation Number
P14PS00918
 
Response Due
5/12/2014
 
Archive Date
6/11/2014
 
Point of Contact
DEBBIE KAHAWAI
 
E-Mail Address
Debbie Kahawai
(debbie_kahawai@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis for the purpose of conducting market research, and obtaining industry information ONLY. No proposals are being requested, nor accepted at this time. The purpose of this synopsis is to gain knowledge of interest from small business concerns including 8(a), Historically Underutilized Business Zone (HUBZone), Women Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The National Park Service has a requirement to refurbish 18 Bombardier Snowcoaches at Yellowstone National Park. Typical work includes, a provider who will replace components and refurbish Bombardier snowcoaches, maintaining functionality, reliability and aesthetic appearance. All current drivetrain components will be removed from the snowcoaches including engine, transmission, radiator, exhaust and drivetrain. The completed snowcoaches must include: identical, new components to replace the engine, transmission, fuse panels, wiring, and engine cooling radiator, motor mounts, transmission mounts, transmission coolers, fuel tanks, drivetrain, hoses, belts and exhaust system wiring, mechanical repairs and fabrication repair manuals and wiring schematics The completed snowcoaches must meet enhanced BAT requirements. The completed snowcoaches must be capable of maintaining a 35 mile per hour ground speed on groomed snow covered roads and must meet or exceed the BAT requirements. 1.TASKS ENGINE: New, not remanufactured, 8 cylinder fuel-injected computer-controlled, gasoline engine 2007 Tier 2 with a minimum horse power rating of 380 horse power and 400 foot pounds of torque. Fabricate all engine cross members and engine mounts. Engine throttle must be operated by linkage or wire (not a manual throttle cable). New engine starter (heavy duty). New engine alternator. New constant pressure fuel pump, filter, and regulator. New fuel lines and fuel tank selector valve. New associated drive belts and tensioners. Engine cooling must be adequate to operate under extreme service conditions. Coolant plumbing heater, radiator hoses, heater hoses and clamps. Radiator (brass) must be designed to meet or exceed the powertrain manufactures cooling requirements. Engine must meet best available technology (BAT) for emissions. Engines must meet Model Year 2007 or newer EPA automotive gasoline emissions requirements. An under carriage exhaust system must result in noise emissions that do not exceed 71 dBA when operating at or near full speed. TRANSMISSION AND DRIVETRAIN: New transmission and components with automatic forward speed, reverse speed and park settings. New transmission control unit New transmission to engine adaptor package with automatic clutch plates. New SuperMatic Torque Converter Transmission must be operated by linkage or wire (not a manual shift cable). New universal transmission shifter New external transmission cooler Transmission cooling must be designed to meet or exceed the drivetrain manufactures cooling requirements for this type of vehicle and load requirements. Rear drive differential must be isolated from the frame to reduce interior noise and vibration. Modifications to drive shaft New disc brake type system. Brake system must be adequate to stop and hold the weight of vehicle. OTHER REQUIREMENTS: Design increased fuel tank capacity to 40 gallons. Provide repair manuals and wiring schematics. Install Dynamat noise reducing material on floor, rear wall, lower side walls, behind door panels and roof to reduce engine noise in the interior compartment. New vehicle electrical harnesses. New electrical wiring, wiring components, fuses and relay panels. All wiring must be routed in new sealed conduit. New dash panel gauges (minimum requirements arefuel gauge, RPM, MPH, coolant temperature, transmission temperature, and oil pressure). Anticipated magnitude of this acquisition is between 1,000,000 to 1,500,000 over the five (5) year period. The North American Industry Classification System (NAICS) code for this requirement will be 336112. The small business size standard will be 1,000 employees. Total contract period for this acquisition, to include all options, shall not exceed five (5) calendar years (one (1) Base year and four (4) one year option periods). All interested small business concerns will provide this office the following: (1) A statement of positive intent to submit a proposal; (2) Company Name, address, point of contact, telephone number, and email address; (3) Small Business status, to include 8a, HUBZone, SBD, SDVOSB, large / small business etc. Status of 8(a) or HUBzone contractors will be verified by the Small Business Administration (SBA); (4) A brief outline of resources that would be used to accomplish the requirement. In the event sufficient small business contractors are not available for adequate competition for this requirement, it will be advertised as unrestricted. Submissions should be sent via email to debbie_kahawai@nps.gov no later than May 12, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS00918/listing.html)
 
Place of Performance
Address: NPS Yellowstone NPAttn: Supply CenterYellowstone NPWY82190USA
Zip Code: 82190
 
Record
SN03350200-W 20140430/140428234524-ce88016b41d8e960b38a15a9d44585ce (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.