Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1996 PSA#1624

DIRECTORATE OF CONTRACTING, CONTRACT SUPPORT DIV ATZR QD, PO BOX 33189 BLDG 1950, FORT_SILL OK 73503-0189

38 -- EXCAVATOR, FORT SILL, OK SOL DABT39-96-R-0023 DUE 071596 POC Contract Specialist Laurie L. Wheeler (405) 442-3225 (Site Code W804A6) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation DABT39-96-R-0023 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90- 37. This acquisition is unrestricted. This requirement is for one new hydraulic excavator with minimum 32,000 lb. operating weight and maximum 19 foot digging depth class. Unit must be equipped with the following: ENGINE: Must be 4 cyl. diesel, wet-sleeve cyl. liner design, turbocharged and have minimum SAE net hp - 95 and be equipped with auto-idle fuel saving system. PROPEL: A separate hydraulic propel motor for each track. Each motor shall be completely enclosed with track shoe width to provide motor protection and adequate ground clearance. Tracks shall be capable of being counterrotated. Wet multiple disk brakes must automatically release while propelling and apply when stationary. High speed travel shall be at least 3 mph. Rated drawbar pull shall be a minimum of 22,500 lbs. SWING: Unit shall be capable of 360 degree swing with 13 rpm swing speed. Swing brake shall be hydraulically released, spring applied multiple wet disk type. Swing bearing shall be internal drive. EXCAVATOR-TYPE UNDERCARRIAGE: Track guides shall be included with a minimum of 2 top carrier rollers and 7 bottom rollers on each side. Minimum track length of 11'11'' and minimum gauge of 6'11''. Triple semi-grouser shoe width of at least 28'' with ground pressure of 6.7 psi. BOOM, ARM AND BUCKET: Arm shall have a minimum length of 10'2''. Shall include a general purpose bucket with a minimum SAE heaped capacity of 3/4 cubic yard. Maximum digging depth shall be at least 19'. Reach at ground level shall be at least 28'6''. Lift capacity over the side at ground level 20' from center-line of swing shall be at least 4,500 lbs. SAE bucket digging force shall be at least 18,500 lbs. SAE arm digging force shall be at least 14,000 lbs. COOLING SYSTEM: Pressurized liquid cooling system with thermostat. Radiator shall be filled with manufacturer's approved anti-freeze solution that provides protection to at least -30 degrees F. ELECTRICAL: Batteries shall have a minimum reserve capacity rating of 180 minutes. Alternator shall be a minimum of 42 amps. INSTRUMENTATION: Side mounted gauges and/or monitoring system that includes: engine coolant temperature, engine oil pressure, hydraulic oil level, air cleaner restriction and alternator charge, fuel and electric hour meter. Engine coolant temperature and engine oil pressure shall include audible and visual warning. CAB: Shall be air conditioned and be all-weather steel, lockable and isolation mounted. Shall be equipped with a deep-cushioned, adjustable, full reclining seat and padded arm rests. The door, left door window, right window and roof hatch shall be of the type that can be locked open. The front window must be stowable. The cab must be heated and include an interior light and be equipped with front windshield wiper and washer and floor mat. ADDITIONAL EQUIPMENT: Unit shall be equipped with standard equipment and shall include: key ignition switch with safety start, hand throttle, horn, cold weather starting aid, drying type air cleaner and restriction indicator, muffler, lockable engine side shields, engine fuel filter, mounting steps and safety hand holds. SPECIAL EQUIPMENT: Shall include a hydraulic swinging coupler with 90 degrees rotation, 4'' bore cylinder, 1 3/4'' diameter cylinder rod. 60 inch ditch clean out bucket rated at 1 cubic yard to work with hydraulic swinging coupler. 30 inch heavy duty trenching bucket with teeth rated at 3/4 cubic yard. Hydraulic demolition grapple progressive with links and serrated tines. Lift hooks for all three buckets. WARRANTY: Shall have a minimum of 12 months on entire machine and six additional months on power train. A copy of the warranty shall be provided with the proposal. Workshop service manuals and parts manuals shall be provided upon delivery. Offerors shall provide product literature for the Government's use in determining technical capability. Excavator shall be delivered to DPW, Bldg. 1946, Fort Sill, OK, no later than 30 days after receipt of notice of award. FOB: Fort Sill, OK. FAR Provision 52.212-1 applies. Facsimile or electronically submitted proposals are not authorized. Offerors agree to hold prices firm for 60 days after the date specified for receipt of offers. FAR Provision 52.212-2 applies. The following factors shall be used to evaluate offers: Technical capability and price. Technical capability will be approximately equal to price. Offerors shall include a completed copy of the provision at 52.212-3 with their offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR Clause 52.212-5 applies. The following FAR clauses cited in the clause also apply: 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36, and 52.222-37. Offers are due no later than 4:00 p.m., 15 July 1996, and shall be submitted to Directorate of Contracting, Contract Support Division, PO Box 33189, Bldg. 1950, Fort Sill, OK 73503-0189. (0176)

Loren Data Corp. http://www.ld.com (SYN# 0293 19960625\38-0001.SOL)


38 - Construction, Mining, Excavating and Highway Maintenance Equip. Index Page