Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
SOURCES SOUGHT

J -- WCF-WY-KENWORTH DUMPTRUCK REPAIR

Notice Date
1/11/2018
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Bureau of Reclamation Great Plains Region Wyoming Area Office PO Box 1630 Mills WY 82644 US
 
ZIP Code
00000
 
Solicitation Number
140R6018Q0016
 
Response Due
1/19/2018
 
Archive Date
2/3/2018
 
Point of Contact
Pittsley, Tonya A
 
E-Mail Address
tpittsley@usbr.gov
(tpittsley@usbr.gov)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (hubzone, 8(a), small, small disadvantage, veteran owned, women owned or service disabled veteran owned small business) relative to NACIS 811310. Written responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to the sources sought synopsis, a solicitation announcement will be published in FedConnect and Fedbizopps websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The Bureau of Reclamation, Wyoming Area Office (WYAO) is seeking sources to repair 2015 Kenworth C500 6x6 dump truck. Services include inspect, advise, install, repair and/or replace the following identified components: Initial Inspection: The contractor shall perform an incoming inspection noting all abnormal conditions or damage to the dump truck. Record all findings and document. Straightening of Frame Rails: The contractor shall have a qualified frame shop inspect the frame and straighten, if necessary, within the original equipment manufacturers (OEM) specifications. It is unknown to the Government if the frame is twisted or if the apparent twist is due to damaged rear suspension components. Replacement of the two Rear Axle Assemblies: The contractor shall replace the two rear axle housings with brand name or equivalent Dana ® Wide Track axle housings, Model D46-170W, along with 4 new axle shafts. The axle housings should have the following salient characteristics: 46,000 lbs. GAWR and an assembled track width of 106 ¿, measured from outside-to-outside of the outside tandem tires. The dump truck is equipped with a 12.9L Cummins diesel that produces 450 H.P. and 1,700 lb-ft. Torque. The contractor will need to perform the following work: Removal of torque arm brackets from existing housings and reinstall (weld) to the new axle housings, reinstallation of both front and rear axle housings, installation of four new axle shafts, add new synthetic gear lubricant, install new wheel seals, and prime and paint components to match existing color of suspension components. See attached specifications for axle housing information. Replacement of existing 56 Gallon Fuel Tank: The contractor shall remove the existing 56 gallon fuel tank, relocate the existing battery box to a new location that is convenient for battery maintenance/removal, and install a new 150 gallon fuel tank with Arctic Fox ® internal fuel heater. The new fuel tank shall be installed in the same location as the existing fuel tank. New Dump Body and Hoist System: The contractor shall install a brand name or equivalent Crysteel ® Raptor Select Dumpbody, 16 ¿ length, with the installed optional box vibrator and a side ladder. See below specifications for required options and specifications for the dump body. The contractor shall install a brand name or equivalent Crysteel ® Turbo Hoist (Model T63148) system which has a double acting hydraulic cylinder. See below specifications for requirements for the hoisting system. The color of the dump body shall be Black. Responses to this notice should include company name, address, point of contact, size of business, socioeconomic classification, Federal Tax Identification Number, Data Universal Numbering System (DUNS) Number and qualification statement. Responses to this notice shall be e-mailed to Tonya A. Pittsley, Bureau of Reclamation, at tpittsley@usbr.gov. Telephone responses shall not be accepted. Responses must be received in writing no later than 4:00 pm (MST) January 19, 2018. This notice is to assist the WYAO in determining sources only. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7b55924a994a582d8ebba49f0578d2f2)
 
Record
SN04787740-W 20180113/180111231157-7b55924a994a582d8ebba49f0578d2f2 (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  © 1994-2020, Loren Data Corp.