Wisconsin Bids > Bid Detail

Articulated Swivel Dumper Machine

Agency:
Level of Government: Federal
Category:
  • 38 - Construction, Mining, Excavating, and Highway Mainenance Equipment
Opps ID: NBD00159149488522548
Posted Date: Feb 8, 2024
Due Date: Feb 20, 2024
Source: https://sam.gov/opp/de1281020a...
Follow
Articulated Swivel Dumper Machine
Active
Contract Opportunity
Notice ID
W911SA24Q1018
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC FT MCCOY (RC)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 08, 2024 10:33 am CST
  • Original Response Date: Feb 20, 2024 12:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3805 - EARTH MOVING AND EXCAVATING EQUIPMENT
  • NAICS Code:
    • 333120 - Construction Machinery Manufacturing
  • Place of Performance:
    Fort McCoy , WI 54656
    USA
Description

This is a Sources Sought Notice ONLY. The Mission and Installation Contracting Command at Fort McCoy, WI is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest in and the resources to support this requirement for an articulated, wheeled swivel dumper machine to be delivered FOB Destination to Fort McCoy, Wisconsin.



The anticipated North American Industry Classification System (NAICS) code for this requirement is 333120, Construction Machinery Manufacturing with a small business size standard of 1250. The Small Business Administration has granted a Class Waiver to the Non-Manufacturer Rule (NMR) for NAICS 333120.



The results of this market research will contribute to identifying potential sources and determining the method of procurement if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside socioeconomic categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. Be advised that the U.S. Government will not be able to set aside this requirement if two (2) or more small businesses do not respond with information to support the set-aside.



This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on SAM.gov. It is the responsibility of potential offerors to monitor SAM.gov for additional information pertaining to this requirement.



The U.S. Government is seeking qualified sources capable of providing an articulated, wheeled swivel dumper/dump truck machine. Fort McCoy is a unique military training installation with several different landscapes that requires a specific type of dump truck. The machine must be designed for land improvement, drainage and road building, and quarry material hauling. The dumper is required to demonstrate off-road capabilities but be able to efficiently travel paved surfaces while hauling a payload.



Fort McCoy currently has 280 miles of maneuver trails that must be maintained for military training. These trails consist of heavy sand, rock, dirt, and gravel. Trails are currently maintained at 12 feet widths. Equipment needs to be small enough to traverse these trails without hinderance or difficultly to the driver and have adequate room on each side of the vehicle to accommodate drivers of different skill levels. Drivers will encounter narrow areas, low hanging branches, tight turns on all these trails. Any dumper wider than 8.5 feet risks the chance of damage to the sides of vehicle as they travel down these trails. Fort McCoy is also responsible for maintaining over 60 training areas that range from 110 acres to over 600 acres. An operator of a dump truck will have to travel in and out of these areas while avoiding stumps, soft areas, and ruts all while avoiding additional damage to the landscape.



The machine shall have a climate-controlled cab and a 180-degree swivel dump body. The dumper machine shall have a minimum payload of 22,000 pounds, a maximum payload of 27,000, and a maximum width of 8.5 feet. The machine engine shall be diesel tier 4 compliant with minimum of 120 horsepower. The transmission shall be manually and automatically shiftable, have 6 forward gears and 3 reverse gears and a minimum forward speed of 20 MPH. The machine shall have a 24-volt electrical system that contains a battery main switch. Other required features include a horn, a backup alarm, a beacon light, a rear-view camera, an air-ride seat, an AM/FM radio, and a fire extinguisher. Preference is for the tire size to be 650/65 R26.5. The government requires a 4 year or 4,000-hour full machine warranty. Two hours of onsite or virtual safety, operational and daily maintenance training is required. Maintenance and operational manuals shall be included.



In response to this Sources sought, please provide:




  1. Name of the firm, point of contact, phone number, email address, website address, telephone number, UEI number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

  2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangements that will be pursued, if any.

  3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent qualifications, proposed solution, alternative solution, etc., that will facilitate making a capability determination.

  4. Information to help determine if the required item is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

  5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. Provide recommendations to improve the approach/specifications to acquiring the identified items.

  6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.



Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Dustin Robertson via email at dustin.t.robertson4.civ@army.mil no later than 12:00 p.m. noon CST on 20 February 2024. Please reference all email correspondence with the following Subject line: Articulated Swivel Dumper. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 1108 SOUTH R STREET
  • FORT MCCOY , WI 54656-5142
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 08, 2024 10:33 am CSTSources Sought (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 >