Wheeled Excavator with Attachments
ID: W911KF25Q0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC ANADANNISTON, AL, 36201-4199, USA

NAICS

Farm Machinery and Equipment Manufacturing (333111)

PSC

EARTH MOVING AND EXCAVATING EQUIPMENT (3805)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of one Medium Size Wheeled Excavator along with necessary attachments for the Anniston Army Depot in Alabama. The contractor must provide equipment that meets specific performance metrics, including an operating weight of 31,000 pounds and a maximum swing torque of 25,000 foot-pounds, while ensuring compliance with safety and environmental regulations. This procurement is crucial for supporting U.S. Army operations, emphasizing the importance of quality and functionality in construction equipment. Interested small businesses must submit their proposals electronically, adhering to strict deadlines, and can contact Sara B. Young at sara.b.young.civ@army.mil or 571-588-0975 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for the procurement of one Medium Size Wheeled Excavator for the Anniston Army Depot in Alabama. Key requirements include an operating weight of 31,000 pounds, a maximum swing torque of 25,000 foot-pounds, and various performance metrics regarding engine power and hydraulic capabilities. The excavator must have an ergonomic design, safety features such as Rollover Protection Structure (ROPS), and compliance with EPA regulations. The contractor is responsible for delivering the equipment, including assembly and shipping details, within a specified timeframe. Manuals for operation, parts, and service are to be provided in both digital and hard copy formats. Additionally, the excavator must adhere to specific construction standards and be covered by the manufacturer’s warranty, which begins upon final acceptance. Overall, this document serves as a formal request for proposal (RFP), establishing the government's requirements and expectations for acquiring essential construction equipment, while ensuring quality, safety, and compliance.
    This document outlines requirements for bidders submitting proposals for a Wheeled Excavator through a Request for Technical Literature. Bidders must include descriptive literature that showcases compliance with specific specifications across various criteria such as general requirements, dimensions, engine, hydraulic system, operator environment, and optional equipment. If pre-existing literature does not adequately address all specified features, bidders are required to attach a supplemental letter detailing the necessary information. Failure to provide sufficient literature confirming product conformity will result in bid rejection. The document stresses that any conditions or price variability stated by bidders will not qualify for an award, emphasizing the need for firm bids in line with the solicitation's requirements. Overall, this Request for Technical Literature is designed to ensure that offered products meet government standards before approval and procurement, maintaining a rigorous evaluation process for suitability.
    This document outlines the requirements for demonstrating signature authority for individuals submitting firm offers on behalf of contractors in the context of government Request for Proposals (RFPs). It specifies that evidence of authority is necessary for all signers except sole proprietors. For corporations, a Certificate of Corporate Official/Agent’s Authority to Bind Corporation must be completed, certifying that an individual has the power to bind the corporation in contracts, with the option to note any limitations. For partnerships or unincorporated firms, a separate Certificate of Authority to Bind Partnership must be filled out, confirming that a designated member can represent and execute contracts on behalf of the firm. The structure divides information by contractor type, detailing the necessary certifications and statements needed to establish signing authority, with sections for corporate and partnership scenarios. This document is essential for ensuring proper representation and legal binding in the bid submission process for federal, state, and local contracts, maintaining compliance with regulations governing public contracts.
    The document outlines Request for Proposal (RFP) W911KF25Q0004 for the procurement of a medium-sized wheeled excavator and associated attachments, with the entire solicitation reserved exclusively for small businesses. Submission of offers must be made electronically, with strict deadlines set for inquiries and submissions. Key contacts include Contract Specialist Sara Young and Contracting Officer Larry D. Stephney. The requirements include a detailed Statement of Work (SOW) and stipulations for the quality, delivery, and inspection of goods, emphasizing adherence to federal regulations and standards. Important provisions address contractor safety, environmental protection, and insurance requirements. In addition, contractors must comply with security protocols at the Anniston Army Depot and provide evidence of authority to sign offers. The document also details clauses that govern the proposal submission process, payment methods, and performance regulations. It underscores that compliance with federal contracting standards is paramount, including measures against sexual harassment and ensuring a drug-free workplace. This RFP represents a formal mechanism for contract award to support U.S. Army operations while reinforcing the government's commitment to supporting small businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Track Loader
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Track Loader under a combined synopsis/solicitation notice. This opportunity is set aside for small businesses and falls under the NAICS code 333112, which pertains to Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing, indicating the need for commercial products or services that meet specific military requirements. The Track Loader will be utilized for various operational tasks, emphasizing its importance in maintaining efficiency and effectiveness in military logistics and support operations. Interested vendors should direct inquiries to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com, as proposals are currently being requested with no written solicitation to follow.
    Pine Bluff Arsenal CAT Road Grader Repair
    Active
    Dept Of Defense
    The U.S. Army Contracting Command – Rock Island is seeking qualified vendors to provide repair services for a 1998 CAT Road Grader, with the contract to be awarded as a Firm-Fixed-Price purchase order. The selected vendor must be an authorized CAT service provider and will be responsible for significant repairs, including overhauling the transmission, as outlined in the Statement of Work (SOW). This procurement is crucial for maintaining operational efficiency at the Pine Bluff Arsenal in White Hall, Arkansas, and emphasizes compliance with federal regulations and the importance of supporting small businesses, particularly those owned by veterans or women. Quotes must be submitted electronically by October 25, 2024, at 9:00 a.m. Central time, with inquiries directed to Greg Brown or John Fotos via their provided email addresses.
    W56HZV-24-Q-0001 and AMD 0002 for Axle, Vehicular, NOND, NSN: 2530-01-552-3145
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is soliciting proposals for the procurement of vehicular axles, specifically the Axle, Vehicular, NOND, with NSN: 2530-01-552-3145, under solicitation number W56HZV-24-Q-0001. The procurement aims to secure a firm fixed-price contract for an initial quantity of five units, with an option for an additional 100% increase, emphasizing the importance of these components for military vehicle operations. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, with proposals due by March 11, 2024, at 4:30 PM EST. For further inquiries, potential offerors may contact Diana Jones at diana.jones47.civ@army.mil or Pasquale Lucci at Pasquale.c.lucci.civ@mail.mil.
    Lease of Caterpillar D5K2 Track Type Tractor or equivalent
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking capability for the leasing of one Caterpillar D5K2 Track-Type Tractor or equivalent for a duration of one year. Only Woman Owned Small Businesses (WOSB) are encouraged to submit their capability packages. The service/item being procured is a Caterpillar D5K2 Track-Type Tractor or equivalent, which is typically used for construction machinery and equipment rental or leasing without operator. Interested WOSBs with experience in this area are highly encouraged to submit their capability packages by May 9, 2019.
    Metal Pless Snowplows
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotes for the procurement of Metal Pless snowplows, including one Metal Pless Maxxpro and four Metal Pless LiveBoxx units, to be used with existing front-end loaders. This requirement is a total small business set-aside and is categorized under the Construction Machinery Manufacturing industry, highlighting the importance of reliable snow removal equipment for military operations. Interested vendors must submit their quotes through the Unison Marketplace, and for further inquiries, they can contact Marketplace Support at marketplacesupport@unisonglobal.com or by phone at 1-877-933-3243.
    Solicitation_Traversing Mechanism
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking proposals for the procurement of 38 units of the M191 Traversing Extension Assembly, identified by National Stock Number (NSN) 1015-01-387-0583. This solicitation is a total small business set-aside, emphasizing the government's commitment to supporting small businesses within the defense sector, and includes an option for an additional 38 units. The Traversing Extension Assembly is critical for military applications, and the procurement will adhere to strict technical specifications and quality assurance requirements, including compliance with export control regulations and the handling of Controlled Unclassified Information (CUI). Interested parties must submit their proposals electronically and can direct any inquiries to Contract Specialist Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil, with the solicitation details available on SAM.gov.
    Small Capacity Weight Handling Equipment Multiple Award Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is soliciting proposals for a Small Capacity Weight Handling Equipment Multiple Award Contract. This procurement aims to acquire overhead traveling cranes, hoists, and monorail systems, which are essential for various military and naval operations. The contract is set aside for small businesses, emphasizing the importance of supporting the small business sector in defense-related manufacturing. Interested parties should note that the proposal due date has been extended, and a second site visit will be provided; for further inquiries, they can contact Priscilla Gula at priscilla.gula@navy.mil or Lisa Sumpter at lisa.sumpter@navy.mil.
    25--COUNTERWEIGHT,REMOV
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 68 units of the COUNTERWEIGHT,REMOV (NSN 2590014427346). This procurement is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, aimed at supplying vehicular equipment components essential for military armored vehicles and tanks. The contract may involve an estimated seven orders per year, with a guaranteed minimum quantity of 10 units, and deliveries will be made to various DLA depots both within the continental United States and overseas. Interested vendors should submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil. The total funding for this opportunity is capped at $250,000, and the solicitation is available online, with no hard copies provided.
    Deutz Brand Name Repair Parts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a requirements contract for Deutz Brand Name Repair Parts, with a focus on supporting military operations. This procurement is a total small business set-aside, emphasizing the need for qualified small businesses to provide essential diesel engine components, which are critical for maintaining operational readiness and troop safety. The contract will span a base year with four optional years, and all proposals must be submitted by 2:00 PM on November 15, 2024. Interested parties should contact Velma White at velma.e.white2.civ@army.mil or Thomas C. Hall at thomas.c.hall111.civ@army.mil for further details.
    ACCO Hoist Crane Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army TACOM, is seeking qualified contractors to perform repair services on the ACCO Hoist Crane at the Sierra Army Depot in Herlong, California. The procurement aims to address safety issues identified during an internal load test, requiring contractors to provide all necessary personnel, equipment, and materials to restore the crane to operational standards while adhering to strict performance and safety guidelines. This contract, which is a total small business set-aside, emphasizes the importance of compliance with federal, state, and local laws, including environmental regulations, and requires factory-trained technicians to ensure safety and operational efficiency. Interested parties should submit their proposals by the specified deadline, and all inquiries must be directed to Paige Giordimaina at paige.v.giordimaina.civ@army.mil or by phone at 571-588-8850.