The RFP Database
New business relationships start here

Over the Snow Vehicles


North Carolina, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

REQUEST FOR INFORMATION

The US Marine Corps, Regional Contracting Office, Marine Corps Installations West (MCIWEST), Camp Pendleton, CA is requesting information as detailed below.


The Regional Contracting Office MCIWEST is conducting market research to identify vendors capable of providing over the snow vehicles (both cargo and with blade) for the Southwest Region Fleet Transportation (SWRFT) for the Mountain Warfare Training Center (MWTC) Bridgeport, CA.     


The North American Industry Classification Standard (NAICS) code for this project is 336999, All Other Transportation Equipment Manufacturing and the small business size standard is 1,000 Employees.  NAICS code compliance verification will occur if/when quotations are submitted.  Quotations are not to be submitted at this time.  This is a Request for Information, NOT A REQUEST FOR QUOTE.


Salient Characteristics are included on the attached document.


Responses to Request for Information:

Vendors are reminded that this is a REQUEST FOR INFORMATION and is NOT a request for quote.   Responses to this notice shall not constitute responses to the solicitation.  As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.  This Request for Information is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response.  Respondents will not be notified of the results of any government assessments.


It is requested that interested businesses submit to the contracting office a brief capabilities statement, limited to no more than 5 pages in length.


The capabilities statement must clearly detail the firm's ability to perform all aspects of this notice and must include the following:


        1.     Company Profile to include: number of employees, office locations;
        2.     Data Universal Numbering System (DUNS) number;
        3.     Commercial and Government Entity (CAGE) code; and
        4.     A statement regarding the socio-economic status of the company.

Indicate whether your company has an active General Services Administration (GSA) contract that covers the requested equipment.  If the answer is yes, include GSA contract number.


Relevant Experience to include:  experience in performing efforts of similar size and scope within the last three years.   Please include a brief description of the project, contract number, contract value, and an agency point of contact to include current telephone number.


Only the first five pages of any submittal will be reviewed.  Do not submit more than five pages.  The information received will be utilized to assist in formulating the acquisition.  All responses will be treated as proprietary.

 

THE DEADLINE FOR RECEIPT OF SUBMISSIONS IS 21 March, 2018 AT 12:00 (PST).

All submissions must be sent via electronic mail (e-mail) to Primary Point of Contact: Jennifer L. White, Contract Specialist, Regional Contracting Office, MCIWEST, Camp Pendleton, CA, Phone: 760-725-8455, Email: jennifer.l.white@usmc.mil.  ;




 

OVER THE SNOW VEHICLES

The requirement is for new, self-propelled Over the Snow Vehicles (OTS) of the latest design and construction.  This rear engine vehicle will be operated under varying conditions from level ground to cross-country or on improved right-of-way shall involve surmounting barriers such as: rocks, logs, steep terrain, and sloped not always surmountable by conventional geared tracks and minimal snow conditions.  The vehicle suspension and track design shall be such as to minimize terrain shock to driver and passenger.  The overall width over tracks must not exceed 94", blade not to exceed 102" for ease of highway trailering on narrow mountain roads.  Vehicle must be a proven design of current year model.  A minimum of 10 units of the model quoted must have been produced during the last twelve months to insure adequate parts productions and availability. 

This requirement includes vehicle deliverable and standard equipment warranty for one year.  Operator's publications to be provided for each vehicle.  This requirement is Brand Name or Equal:

Two (2) Each, Over the Snow Vehicle with Blade.  Manufacturer: Tucker Sno-Cat, Model: 2000Xtra Lite Tucker-Terra OR Manufacturer: Kassbohrer, Model: Piston Bully 100 Trail Pro.

Four (4) Each, Over the Snow Cargo Vehicle.  Manufacturer: Tucker Sno-Cat, Model: 1642 OR Manufacturer: Kassbohrer, Model: 400 Piston Bully.

Delivery. The contractor is responsible for the delivery of vehicles to the Corps Mountain Warfare Training Center Facility (SWRFT):

SWRFT Fleet Manager
Building 1040 MWTC
Bridgeport, California
93517                   

Warranty. Period of one (1) year after delivery


SALIENT CHARACTERISTICS: 

Both Vehicle Types
Engine:
EPA/CARB certified Tier 4 emissions compliant
Horsepower output - 130 (minimum)
Sound muffling system for maximum noise reduction
Engine and accessories must be completed covered
Starting and electrical system must be 12-volt system with dual batteries
160 amp alternator (minimum)
Engine shall be protected from freezing with permanent type anti-freeze with a protection value to 50 degrees F (minimum)
Coolant block heater (120 volt AC)
Cold weather grid heater starting system
Vehicle must have key type ignition/power switch

Power Transmission:
Four forward speeds (minimum)
One reverse speed (minimum)
Vehicle maximum speed shall be 20 MPH
Differential (if included) electronic lockers and transfer case cooler

Instrumentations:
Tachometer
Speedometer/Odometer
Water temperature
Oil pressure
Voltage meter
Engine hour meter

Body/Cab:  The vehicles shall be equipped with a fully enclosed, insulated, one compartment cab capable of protecting occupants from exposure to extreme weather conditions maintaining an interior minimum temperature of 60 degrees F.
Equipped with roll over protection type structure
2 passenger access door.
Adequate cab heater/windshield defroster capability to maintain the minimum cab temp and clear windshield.
Dome light(s)
All doors will include keyed alike locks.
All doors will be hinged at the rear edge and include safety stop, strap or spring.
Windshield wiper must be heated and able to clear a minimum of 60% of the windshield area, or windows must have some kind of defroster, or glass that can do the same requirement.
One window on each side of the vehicle will open to permit ventilation.
All seats shall have seatbelts and be upholstered with rugged weatherproof material.
Cab shall be steel frame with metal exterior skin.
Engine compartment will be separate from personnel compartment.
Interior and exterior surfaces will be painted appropriately for corrosion control.

Operator Controls:
Steering shall be equipped with hydraulic assisted steering
Brakes - automotive type brake pedal is preferred
Parking brake shall be hand or foot operated, shall be capable of holding the vehicle on any grade.
Accelerator - automotive type floor mounted is preferred.

Electrical:
Lighting - four forward facing roof mounted LED driving lamps (2 flood & 2 extended range)
Lighting - Two rear facing roof mounted LED driving lamps.
Brake and tail lights
Roof mounted rotating beacon
12 volt power port
Rear view mirrors - heated exterior mirrors
Transmission pan heater - 115 volts
Back up alarm

Chassis and Frame:
Main frame must be constructed of strong, high-grade steel that will support the rigorous and demand operational condition of mountainous terrain.  Engine, transmission and assemblies must be fully protected from the elements, but be accessible for repair and servicing.

Track:
All weight carrying wheels shall be suspended by springs.
All wheels shall be solid tires suitable for extreme low temperatures.
Each track assembly shall be independently mounted and adjustable.
Tracks shall be an all rubber endless design without connecting lacking or metal fasteners.
Tracks must be able to keep the machine going on snow up to 30 feet deep.
Track must be able to transition from driving on dirt or asphalt to deep snow, and must be able to do both effectively.

Additional Equipment:
In addition to the equipment specified elsewhere in this specifications, the vehicle shall be equipped with:
Door storage compartments.
Front windshield cover(s).
Roof mounted spotlight with remote with guard around it.
10,000 lb. or stronger portable winch.
Operator's manual for each vehicle.
Maintenance manual for each vehicle.
Parts list information for each vehicle.
Exterior light and mirror brush guards.

Vehicles shall meet the following standards:
J1040 Roll Over Protections Structure (ROPS)
California Air Resources Board (CARB) Emissions Regulations

Safety Requirements - Vehicles shall meet safety and CARB requirements, inspected as required to meet all local laws and regulations.  The Government and Contractor shall perform a joint inspection of the vehicle at the time of delivery.  Prior to acceptance the Government and Contractor shall both endorse the Vehicle Acceptance Form and provide a copy to the Contract Administrator.

Training - Contractor will provide operator and basic maintenance training when vehicle is delivered.

Over the Snow with Blade (Instructor)

Engine:
4 cylinder, turbo charged, air cooled
Torque - 450 foot pounds at 1,500 RPM (minimum)
Fuel tank capacity - 30 gallons (minimum)

Body/Cab:
4 passenger - 2 front seat bucket seats and rear bench seat
Rear seat area able to accommodate stokes type litter.
Vehicle shall provide an additional 5 sq. ft. /1,000 lbs. of storage cargo capability.

Additional Equipment:
In addition to the equipment specified elsewhere in this specifications, the vehicle shall be equipped with:
8' 6-way U-blade, maximum width 12"

Over the Snow Cargo Vehicle

Engine:
6 cylinder, turbo charged, air cooled.
Torque - 590 foot pounds at 1,600 RPM (minimum)
Fuel tank capacity - 100 gallons (minimum)

Body and Cab:
2 passenger - 2 front bucket seats

Additional:
Side catwalks and top grab bars for cab entry.
Rear cargo deck minimum 8'6" long x 8' wide with rear cab guard 4' high steel stake sides.
Knuckle boom hoist mounted between the cab and the cargo area.  It must be able to life a minimum of 1,500 lbs. and extend out to at least 12' on each side of the vehicle.  The hoist needs to be center mounted directly behind the cab so it has the same reach on both sides of the vehicle. 


Jennifer White, Phone 760-725-8455, Email jennifer.l.white@usmc.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP