Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1997 PSA#1819

Lassen National Forest, 55 So. Sacramento St., Susanville, CA 96130

38 -- SUPPLY OF ARTICULATED MOTOR GRADER SOL RFQ-06-97-14 DUE 041097 POC The Contracting Officer, (916) 257-2151, Extension 6620. Articulated Motor Grader, Champion C-Series, C70A or Equal, 1997 or 1998 model year with the following: Engine: In-line four cylinder turbo-chg'd; 339 CI min displacement; net flywheel hp to be 100 @ 2500 rpm min. Transmission: declutched by brake pedal; hd full hydrostatic or power shift; provide neutral safety start lockout; ground speed minimum 20 mph. Filters: engine oil and fuel filters are full flow; engine air filter includes pre-cleaner and dry type element; separate hydraulic and transmission fluid filters. Fuel Tank: min. 25 gal. tank, diesel fuel. Electric: 12/24 volt neg.ground; key ignition, h.d. 45 amp alternator; overload protection for all circuits; 2 headlights, 2 front work lights, 2 rear flood lights, 2 tail lights & combo brake/turn lights; cab mounted 360 degree, min. 8 inch diam., rotating amber lite with two bulb min. & cab control with indicator light. Cab: h.d. fully certified roll over protection structure; front wiper, dome light, heater/defroster and fan; lockable door. Seat: Hi back with full lumbar support & full suspension (no substitute); seat belt. Safety: automatic audible back up alarm; slow moving vehicle sign. Steering: fully hydraulic steering with front wheel lean, max.steer and full frame articulation; dead engine steering. Weight: not to exceed 15000 lbs with all standard equipment without auxiliary ballast. Basic weight includes all fluids, fuel, and est. 175 lbs. operator. Brakes: Service brakes hydraulically actuated disc typ[e with separate brake assemblies on each of the tandems; air applied brake acceptable only if equipped with air dryer; emergency/parking brake. Wheels/Tires: tubeless, traction type; spare rim and mounted tire included; front & rear wheels shall be interchangeable; if not spares for front and rear will be included. Moldboard: equipped with hydraulic power slide and tilt; float, if equipped, shall be controllable individually for left or right sides; lift above ground is min. of 12 inches; moldboard size is 1O ft by 18 inches by 5/8 inches with replaceable standard grader cutting edges. Controls: hydraulic control levers & steering wheel mounted on fore & aft moveable console; implement controls mounted in front of the operator; levers in any other location are not acceptable; panel includes tachometer, fuel gauge, ampmeter, hourmeter, engine oil pressure, temperature and hydraulic oil temperature guage. Engine speed controlled by variable speed governor in conjunction with foot & hand operated throttles. Hydraulics: all blade functions are hydraulic control with low effort, rod actuated levers located at top of console, approx. level of steering wheel; systems provide uniform response in all ambient conditions; tank shall include a fluid level sight glass and temp. gauge; ; filter is full-flow, spin on type. Frame: shall be articulated type of fabricated, high strength, steel plate; single frame lock shall be included for transportation. Circle/Drawbar: circle supported by three fully adjustable and replaceable support shoes; rotation of circle is 120 degrees and be capable of positioning moldboard within the grader's width on either side; pull type drawbar; moldboard/circle must not be pushed from behind; equipped with hydraulic circle shift. Front-Mounted Dozer Blade: equipped with blade hydraulically raised and lowered; bolted to grader main frame; 7 feet wide. Ripper/Scarifier: min. of four scarifier shanks included; providing for scarifying in forward direction. Paint: mfg.'s standard color; finish is acrylic-based enamel, lead & chromate free, applied over a rust-inhibitive primer. Length: twenty-one feet (+/- one ft). Height: nine feet (+/- six inches). Manuals: all operator, parts & repair are included. TRADE-IN: Allis-Chalmers; DD;DD3758;1967; front wheels & wheel lean steering; scarifier mounted behind moldboard; cab is R.O.P.S. only; fair working condition at present. Delivery of grader will be to: USDA Forest Service, Lassen National Forest Work Yard, 5th and Oak Sts., Susanville, California within90 days of award of contract. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Supart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued. RFQ-06-97-14; this number must be referenced on all communications and proposals. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45. The Clause 52.212-1, Evaluation -- Commercial, applies to this acquisition. The Clause 52.212-2, Evaluation -- Commercial Items and the following evaluation criterea apply to this acquisition: (1) Technical capability to meet the Government's requirements, (2) Past performance in respect to product, maintenance and service availability. (3) Price. These criteria are listed in descending order of importance. Offerors should clearly state what piece of equipment they are offering. They must demonstrate that this equipment meets Gov't requirements by means of brochures, specification sheets, or video. In addition, offeror may make an oral presentation to selection officials. This should be scheduled through the Contracting Officer, who will determine the date. These will be held in the Supervisors Office or at a location determined by the CO. The following clauses are included as a part of this solicitation: 452.211-1 Brand Name or Equal, 452.211-2 Equal Products Offered, 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, 52.212-4 Contract Terms and Conditions -- Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes, which includes the Following: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, 52.225-9 Buy American Act -- Trade Agreements Act-Balance of Payments Program. This purchase is 100% set-aside for Small Business. SIC Code: 3531; Size Std. is 750 employees. All proposals are due by Close of Business, 4:30 p.m. local time, Thursday, April 10, 1997 at the place of bid opening. Offers are to be faxed (916/257-8606) or mailed to the following address: USDA Forest Service, Sierra Cascade Province -- Lassen NF Office, 55 South Sacramento Street, Susanville, California 96130, Attention: Kathy D. Reno, Contracting Officer. Note: Overnight/2-day delivery is not reliable in this area. (0094)

Loren Data Corp. http://www.ld.com (SYN# 0232 19970408\38-0001.SOL)


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