Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 27,1999 PSA#2503

US Department of Agriculture, Forest Service, Rogue River National Forest, 333 W 8th St, PO Box 520, Medford, OR 97501

38 -- SUPPLY AND DELIVER BACKHOE/LOADER SOL 10-Q17-00 DUE 012220 POC Contracting (541)858-2229 or FAX Requests (541) 858-2220 WEB: tweston, tweston/r6pnw_rogueriver@fs.fed.us. E-MAIL: tweston/r6pnw_rogueriver@fs.fed.us, tweston/r6pnw_rogueriver@fs.fed.us. This procurement is being solicited using simplified acquisition procedures. This is a Combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in FAR Subpart 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. Solicitation Number 10-Q17-00 is being issued as a request for quotations (RFQ). The Solicitation document and incorporated Provisions and Clauses are those in effect through Federal Acquisition Circular 97-12. This requirement is 100% Small Business Set-aside and will result in a Firm Fixed Supply type contract. Award will be made to the quoter who offers the greatest value to the Government as described in Provision 52.212-2, Evaluation. SIC Code 3531, Small Business Size Standard is 750 employees. Line Item Description: Supply and Deliver F.O.B. destination 1 (one) Backhoe/Loader. Minimum Requirements: Loader Backhoe, 14 ft. dig depth, 4X4; same as or equal to Case 580 Super L CAB: ROPS fully enclosed cab; heater/defroster; single-lever turn around air suspension cloth seat with 3" width seat belt; an audible alarm to alert operator if the forward/reverse lever is engaged when seat is swiveled; sound level in cab less than 76db(A); tinted glass; lockable right & left hand doors; front & rear windshield wipers with spray nozzles; 2 front driving/working and 2 rear working lights; swing, slide or roll-up rear window; two opening side windows; sunvisor. Factory air conditioner must include an outside filtered intake. Positive air pressure shall be provided through a filter system to precluded dust from entering operator's cab. ENGINE: 4 cylinder turbocharged diesel; 94 net HP; 239 CID. Engine components must be accessible by a tilting hood, with loader arms fully raised or lowered. Air intake pre-cleaner. TRACTOR: Ride control for extra stability of equipment while being roaded with a full load. Four Wheel drive -- electronically activated and possess the ability to engage on-the-go; Rear axle -- outboard planetary final drives; front drive axle outboard planetary type with a drive shaft guard required. Single stage torque converter. Hydraulic powershift transmission -- 4 forward, 2 reverse. Self-adjusting hydraulic multiple disc wet brakes; brakes must be able to operate independently or locked together for simultaneous operation; an electronically operated engagement differential lock is required. Electric foot-actuated differential lock. Steering -- hydrostatic power with double acting cylinder. Minimum spread of stabilizers in operating position 11 feet. Combination flip pad stabilizers. Replaceable rubber bumpers on nose cone. 12 volt electrical system, 65 amp alternator. 40 gal fuel tank. HYDRAULICS: Minimum 38 GPM, gear type pump, operating at a maximum system relief pressure of 3000 PSI, a 7micron filter. LOADER: Bucket to be equipped with dual dump cylinders and the cylinders parallel with the loader arms. Hydraulic self leveling and return to dig; Factory installed, self-starting safety support strut; Bucket shall roll back not less than 40 degrees at groundline and have a 45 degree dump angle at full height. Lift capacity to full height -- 6,100 pounds. LOADER BUCKET: 82", 1 CY multi-purpose 4 in 1 bucket with claming ability, bolt-on cutting edges mounted on all 3 exposed edges. Control of this bucket must be from operator's station with the use of one single lever for all functions; Any extra hydraulics must be provided by the backhoe/loader manufacturer, installation inclusive. BACKHOE: Two lever Controls. Rear boom must be over center when transporting. Hydraulic extendible backhoe dipperstick, the moving or sliding portion must slideover the top of the stationary portion to protect the sides from contamination. The SAE digging depth must be from 2 foot flat bottom to 18 feet. Must be extended and retracted by independent control from the operator's station. Extra front counterweight must be added if required by manufacturer. Quick bucket attachment coupler. 24" Heavy duty trenching bucket and Hydraulic Thumb; auxiliary hydraulics for backhoe thumb with individual spool; high/low range. Any extra hydraulics must be provided by the loader backhoe manufacturer, installation inclusive. TIRES: Front Tires 12-16.5, Rear 19.5L -- 24. Backup alarm. Gauges -- converter oil temp, engine water temp, fuel, tach, hour meter, voltmeter. Warning Lights -- alternator, engine oil pressure, air cleaner, hydraulic filter, brake fluid level, parking brake. Audible Warning Systems -- engine oil pressure, coolant temperature, parking brake engagement, shuttle engagement. Standard Factory Warranty. Technical publications consisting of one set each of Operator's, Parts, and Shop manuals. The Contractor shall provide training at the delivery site on the operation and preventative maintenance of the equipment and shall be consistent with instructions in the Contractor's Operation and Maintenance Manual. Delivery Location: Medford Service Center, 1319 E. McAndrews, Medford, OR 97504. Delivery shall be made during regular working days, Monday through Friday, between 7:00 a.m. & 3:00 p.m. Contractor shall notify the Contracting Officer's Representative (COR) 48 hours in advance of delivery at (541)858-2386. Required delivery schedule: The Government requires delivery -- 120 days after receipt of order. Provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Provisions 52.212-2, Evaluation-Commercial Items, (Paragraph (a) -- the evaluation factors will be technical capability of item offered to meet Government Requirement, Price and Required Delivery Date) applies to this acquisition. Contractor must include with offer, a completed copy of the Provisions at 52.212-3, Offeror Representations and Certifications -- Commercial Items. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Termsand Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition which indicates Clauses 52.222-3, Convict Labor; 52.233-3, Protest After Award; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disable Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-21 (Jan 97) Buy American Act -- Nafta -- Balance of Payment Program. Quotes and Descriptive Literature Establishing Verification of Technical Ability to meet Specifications are due to the Contracting Officer, Rogue River National Forest, 333 W. 8th St., P.O. Box 520, Medford, Oregon 97501, by 4:30 p.m. local time on January 22, 2000. Posted 12/22/99 (W-SN411089). (0356)

Loren Data Corp. http://www.ld.com (SYN# 0195 19991227\38-0001.SOL)


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