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