SOURCES SOUGHT
38 -- Sidewalk Plow
- Notice Date
- 2/12/2010
- Notice Type
- Sources Sought
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
- ZIP Code
- 02301
- Solicitation Number
- VA-241-10-RP-0203
- Response Due
- 2/19/2010
- Archive Date
- 3/21/2010
- Point of Contact
- Craig R TolandContracting Specialist
- E-Mail Address
-
Craig Toland, Contract Specialist
(craig.toland@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought This is a sources sought notice for planning purposes only. No proposals are being requested or accepted with this survey. THIS IS NOT A SOLIITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SURVEY. The type of solicitation issued will depend upon the responses to this Survey. Below are the salient characteristics for a municipal sidewalk plow for the VA-Boston Healthcare System. SALIENT CHARACHTERISTICS MUNICIPAL SIDEWALK PLOW 1Sidewalk plow, tracked, diesel powered, with the following attachments: a.Straight Power Angle Blade. b.V-Plow c.Snow blower d.Snow blower chute e.Sander 2Engine - Turbo Diesel, EPA tier III, rated at 95 to 100 HP at 2500 RPM. Engine Block Heater - 750 W Cold Start Aid - Glow Plug type Fuel filter with water separator Single stage dry air filter Rear mounted side by side water radiator and oil cooler. 3Vehicle dimensions with track. a.Overall length - Approximately 120" b.Overall width - Approximately 50.5" c.Overall height - 92 " d.Ground clearance - 9.2 " 4Operational characteristics a.Maximum speed - 30 km/hr b.Ground pressure - 3.7 psi or less. c.Maximum grade ability - 35% side hill, 55 % uphill 5Drive System a.Fully variable hydrostatic transmission b.Drive pumps ratio 1 to 1. c.Steering system shall provide independent control of each track through micro-processor system with steering wheel control. Close loop driving logic and auto calibration and centering steering features provided. d.Dynamic braking through hydrostatic transmission. e.Multi-Disc parking break: Spring applied, pressure released. f.Hydrostatic oil tank with heater. Provide visual level indicator and low level buzzer. g.Provide mechanical free wheel devise for towing. h.Tracks driven by toothed sprocket, 10 to 12 tooth sprocket required. 6Tracks a.Provide endless rubber track with steel wire reinforcement. Track with shall be approximately 350mm (13.75"). b.Provide hydraulic track tensioner. 7Chassis/Cab a.Steel frame painted black. b.Steel type ASTM A 569 c.Frame thickness- sides 3/16", bottom ". d.One person cab with front electric power tilt cylinder for ease in servicing. e.Sound insulation to limit cab noise to 85 dba at 1900 RPM. f.Door lock with two sets of keys. g.Provide cup holder in cab. h.Provide suspension seat with 4 adjustment modes and three point safety belt. i.Provide 24000 btu/hr heater with fresh air intake and directional vents. j.Provide radio / CD player k.Provide front and rear wipers. l.Provide cab access step. m.Provide front and rear window defrost. 8Hydraulic system for attachments a.Rear hydraulic for salt and sand spreader c/w flow control. b.Max operating pressure 1800 psi. c.Return line filtration 33 microns. d.Front hydraulic for angle plow and snow blower. 9Electrical system/ Instruments/controls a.12 volt electrical system with negative ground. b.Alternator -85 Amp with integrated voltage control. c.Battery 950 CCA. d.Complete lighting system including, two front headlights, halogen (high and low beam), one rear light, flashers (front and rear), beacon light on roof, beacon light protector and cab dome light. e.Provide backup alarm and override switch. f.Front windshield wiper and windshield washer fluid; provide two speed and interment wiper controls. g.Provide a horn. h.Provide progressive forward - neutral-reverse lever. i.Provide electronic hand throttle for engine speed. j.Provide electronic foot pedal for vehicle speed. k.Provide joystick control for front attachments l.Provide hour meter m.Provide fuel level gauge n.Provide tachometer o.Provide oil pressure and temperature p.Provide fault code diagnostics (engine and transmission). q.Provide engine coolant temperature. r.Provide voltmeter. s.Provide warning lamps and buzzer for; high engine temp, low engine oil pressure, high hydrostatic temperature, low hydrostatic oil level, parking brake indicator, low fuel level, and engine or transmission fault. t.Provide warning lamps for; parking brake indicator, transmission neutral position, engine wait to start lamp, engine stop, low battery voltage. 10.Warranty /Manuals a. One year or 1000 hours whichever is first, parts and labor. b. Service manual (2) c. Operators manual (2) d. Parts Manual (2) (If the parts manual is separate from the service manual). 11. Attachments a. Heavy duty straight blade, 60", with trip mechanism, angling capacity, 4 way. b. V plow, 48", with replaceable cutting edge. c. Sand and Salt spreader,.5 cubic yard, spread width 32", quick attach system, control of flow with potentiometer inside of cab. Proportional control through microprocessor for consistent metered spreading. No flow when vehicle is stopped. d. Snow Blower, 5 tons per minute, fully hydrostatic, 50" cut, cutting height > 50", Chute rotation 245 degrees, adjustable skid shoes, 2 full height spiked augers, no mechanical shear pin, hydraulic full float up and down. Provide 48 " extension chute. e. Front angle sweeper, 4 way adjustable. 12. Air conditioning Provide 22000 Btu roof mounted air conditioning system for summer operation. 13. Push frame Push frame SAE "skid steer type" including. One lift cylinder with nitride treated rod. Two tilt cylinders Lock valve (to insure that the blade does not drop). Interested sources should respond via email to craig.toland@va.gov to indicate their interest in this procurement. This is not a solicitation, and no contract shall be awarded as a result of any responses received as a result of this notice. The Department of Veterans Affairs, Boston Healthcare System will determine the type of solicitation issued as a result of information gained from this sources sought notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA-241-10-RP-0203/listing.html)
- Record
- SN02065349-W 20100214/100212235427-90867df60dde5b4f56942c9771ac7c93 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |