Minnesota Bids > Bid Detail

Compact Track Loader with Trade-In

Agency:
Level of Government: Federal
Category:
  • 38 - Construction, Mining, Excavating, and Highway Mainenance Equipment
Opps ID: NBD00159753931780156
Posted Date: Sep 22, 2023
Due Date: Sep 28, 2023
Source: https://sam.gov/opp/3cd3ab4e48...
Follow
Compact Track Loader with Trade-In
Active
Contract Opportunity
Notice ID
W912ES23Q0109
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST ST PAUL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Sep 22, 2023 04:34 pm CDT
  • Original Date Offers Due: Sep 28, 2023 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3805 - EARTH MOVING AND EXCAVATING EQUIPMENT
  • NAICS Code:
    • 333120 - Construction Machinery Manufacturing
  • Place of Performance:
    Watson , MN 56295
    USA
Description

The U.S. Army Corps of Engineers - St. Paul District requires a Contractor to supply one new Compact Track Loader or Multi-Terrain Loader with 84" general purpose bucket, delivered FOB(D) to the Lac Qui Parle Project Office in Watson, MN. Contractor will accept as Trade-In a 2012 Bobcat T770 compact track loader with bucket, S/N A3P811708, with 1,704 operating hours.



The Compact Track Loader/Multi Terrain Loader shall meet or exceed SOW salient characteristics which include:




  • ROC: @ 35% tipping load, at least 3,100 lb. @ 50% tipping load, at least 4,400 lb.

  • Tipping load: Not less than 9000 lb.

  • Travel Speed – 2 speed, High Speed min. 8.0 mph

  • Diesel engine, 90 HP (gross power) or greater

  • High Flow Hydraulics

  • Dual direction self-leveling

  • Enclosed Rollover Protective Structure (ROPS) cab

  • At a minimum Falling Object Protective Structure (FOPS) level 1, with polycarbonate door, heater, defroster and A/C

  • Rearview/Backup Camera with LCD display (may be aftermarket dealer-installed)

  • Quick Coupler for work tool attachment (Operator must be able to attach/remove work tools without exiting cab)

  • Block Heater, engine coolant, 120V

  • Backup alarm and flashing light beacon

  • Ride Control

  • Rubber tracks – at least 16” wide

  • Tracks shall exert no more than 5 psi ground pressure

  • Hydraulic and electrical must be compatible with existing attachments including: 84" angle broom, dozer blade, land plane, root grapple, rotary cutter, slow blower, and V-plow



Loader shall be equipped with a General Purpose 84" bucket with at least 0.75 CY capacity, and one-piece bolt on cutting edge.



Loader shall be of a type serviced by a manufacturer authorized service provider in the Watson/Montevideo, MN area. Offerors shall include the contact information for a manufacturer authorized service provider with a service location within 60 miles of the Lac Qui Parle Project Office (Watson, MN 56295).



Contractor shall pick up trade-in at time of delivery, unless other arrangements have been mutually agreed upon in advance.



This is a 100% Small Business Set-Aside solicitation.

NAICS Code: 333120

Size Standard: 1,250 employees



It is preferred that the quote is e-mailed to: John Riederer, Contract Specialist, John.P.Riederer@usace.army.mil



Please include the manufacturer, model numbers, and specifications (i.e. cut sheets) of all equipment your firm is quoting, to ensure that it meets specifications. Please include the Country of Origin for all equipment with your quote.



OFFEROR SHALL BE REGISTERED IN SAM (System for Award Management) https://www.sam.gov to include the FAR and DFARS Reps and Certs sections with the NAICS code applicable to the solicitation.



Quotes must be RECEIVED no later than the Offer Due Date/Time listed in the SAM.gov solicitation posting.



Quotes received after the deadline are considered late, and may not be considered for award.


Attachments/Links
Attachments
Document File Size Access Updated Date
W912ES23Q0109 RFQ for CTL with Trade.pdf (opens in new window)
824 KB
Public
Sep 22, 2023
file uploads

Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
  • SAINT PAUL , MN 55101-1323
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 22, 2023 04:34 pm CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >