SOURCES SOUGHT
38 -- BACKHOE LOADER - CRYSTAL
- Notice Date
- 6/10/2020 12:15:13 PM
- Notice Type
- Sources Sought
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- POWER OFFICE (00041) SALT LAKE CITY UT 84138 USA
- ZIP Code
- 84138
- Solicitation Number
- 140R4020Q0067
- Response Due
- 6/16/2020 12:00:00 AM
- Archive Date
- 07/01/2020
- Point of Contact
- Roach, Connor
- E-Mail Address
-
croach@usbr.gov
(croach@usbr.gov)
- Awardee
- null
- Description
- USBR, Curecanti Field Division Backhoe Loader and equipment Small Business Sources Sought This request is an attempt to find Small Business vendors. No solicitation exists; therefore, do not request a copy of the solicitation. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. All inquiries or responses shall be submitted to: Bureau of Reclamation, Upper Colorado Region Attn: Connor Roach 801-524-3768 Electronic submissions via email are also at croach@usbr.gov Submissions must be received no later than close of business June 16, 2020 at 5:00pm 1.0 RESPONSE: Scope Curecanti Field Division has a requirement for one CAT 430F2 or John Deere 410L Backhoe Loader or equivalent. The Backhoe Loader shall be equipped with an extendable dipperstick, coupler and hydraulic thumb. The Backhoe Loader shall have the required auxiliary hydraulic connections for thumb and hammer operation. In order to be considered equal, the backhoe must meet the following requirements listed in the general requirements section below. 2.0 General Requirements Backhoe loader shall have a turbo charged diesel engine with SAE rating 109 minimum net HP Engine must comply with U.S. Tier 4 Final/EU stage IV Diesel engine shall be equipped with cold starting aid (engine coolant heater) Dual maintenance free batteries with disconnect and jump post Shall be 4WD, mechanical front wheel drive with limited slip differential Equipped with full MFWD driveshaft guard Equipped with autoshift transmission (Transmission shall have a manual override switch to allow the operator full control over the gear selection) Two-function Loader Hydraulics, single lever Minimum 1.25 cu. yd. heavy duty front bucket with bolt on cutting edge and skid plates Return to dig feature (automatic bucket leveling) Must be equipped with ride control Minimum 1015 Lb. counterweight Tires shall be no less than 12.5/80-18 10PR (front) and 19.5 � 24 12PR (rear) Valve stem protection Rear wheel spacers for tire chains Extendable dipperstick with minimum 21 ft. 10 in. reach from center of swing pivot Minimum digging depth of 19 ft. 6 in. at full extension Multi-brand or standard quick coupler Equipped with hydraulic backhoe thumb Auxiliary hydraulic with one- & two-way flow (for thumb/swinger and hammer) plumbing installed Minimum 24 wide heavy duty 7.5 Cu. Ft. capacity bucket with lift loops Pilot controls, two levers with pattern selection Heavy-duty reversible stabilizer pads Equipped with stabilizer rock guards Heavy duty grille frame OSHA approved ROPS/FOPS shall be integral with fully enclosed cab and canopy with left/right side access. Lockable and anti-theft features. Equipped with strobe light Front view mirror Exterior rear-view mirrors (2) Front & rear window wipers and washers Air suspension seat Radio package Air conditioning Heater Console storage with cup holders English decals with English Operator and Safety Manuals 3.0 Services Parts and Requirements The contractor shall provide a point of contact/dealer for the proposed Backhoe Loader, that can respond within 48 hours and provide repair service to the remote area of Crystal Power Plant, Black Canyon of the Gunnison National Park, Colorado. Additionally, the vendor shall provide information on parts availability and delivery, for commonly replaced and available spare parts. 4.0 Delivery The Backhoe Loader shall be delivered to: Bureau of Reclamation 1330 E Oak Grove Road Montrose, Colorado 81401 Delivery shall be freight on board destination (FOBD) and shall be included in the total cost. The contractor shall state the best schedule they can provide for delivery of the proposed devices after receipt of award. Delivery of the Backhoe Loader will between the hours of 6:00 a.m. to 4:00 p.m. Monday through Friday. The Contractor shall give notice of at least 48 hours prior to delivery. Government will need a minimum of four weeks advance notice to implement necessary outages. Interested offerors/vendors having the experience to perform the work listed above should submit the following: A capability statement of 10 pages or less indicating the ability to perform all aspects of the effort described herein. Company name and address, company contact, phone number and e-mail address. Business size classification (Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) including the number of employees and the number of years in business
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f1dc06515597428183cd6e1a234dccce/view)
- Record
- SN05686590-F 20200612/200610230159 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |