Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2006 FBO #1542
SOLICITATION NOTICE

12 -- Water Tender Package per Specification

Notice Date
2/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Southeastern Oregon ZAP, Winema NF, 2819 Dahlia Street, Klamath Falls, OR, 97601
 
ZIP Code
97601
 
Solicitation Number
AG-04U3-S-06-0002
 
Response Due
2/27/2006
 
Archive Date
5/1/2006
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION a) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTATIONS are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is AG-04U3-S-06-0002 and this requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06, November 14, 2005. The procurement is 100% set-aside for small business. The North American Industry Classification System (NAICS) number is 332420 - small business size standard is 500 persons. The USDA Forest Service, Department of Agriculture, Forest Service, R-6 Central Oregon Region, 2819 Dahlia, Klamath Falls, OR Section B ? Schedule of Items: Pricing. Item No. 1: Stainless Steel Tank Body with Options. Size: 2,000 gallon. Quantity: 1 Lump Sum $_________. Option Item No. 2: Stainless Steel Tank Body with Options plus a second strobe of the same type on top of tank at rear center, amber in color. Quantity: 1 Lump Sum $_________. I. GENERAL REQUIREMENTS: A. Scope of Contract: Supply and install one 2000 gallon tank body with options on an International cab and chassis (cab and chassis will be provided by the Government). Quote one stainless steel tank w/appropriate options and one stainless steel tank w/appropriate options plus a second strobe of the same type on top of tank at rear center, amber in color. Water truck will meet or exceed all Department of Transportation Regulations and Federal Motor Carrier Safety Administration Regulations. Tank will be mounted on a 2005 International 7600 SFA, 64,000 GVWR. Bidder can request specifications for cab and chassis. The cab and chassis will be delivered to the successful bidder. Bidder installation to be located within 300 miles of Klamath Falls for travel cost purposes and inspections. B. Location and Description: Government will accept delivery at bidder?s location, FOB Origin. C. Contract Time: 60 calendar days after receipt of cab and chassis. D. Contractor or Government Furnished Property: Government will furnish an International 7600 SFA, 64,000 GVWR cab and chassis. It shall be delivered to successful bidder?s location. II. TECHNICAL REQUIREMENTS: This equipment will be used in rough off-road conditions, mountainous terrain with steep grades and tight turns. It will also be used at highway speeds of up to 70 MPH. TENDER SPECIFICATIONS TANK: Size and Shape Options: 2,000 U.S. Gallon capacity, elliptical shape, Low profile design, 54" high minor axis X 85" wide (Major Axis). Heads will be dished & flanged (5" min. dish), 2 baffles will be dished (5" min. dish) MATERIAL: The bottom 1/3 of tank skin will be constructed from 3/16" (7 ga.) Stainless steel; the top 2/3 of the tank skin will be constructed from 10 gauge stainless steel. The heads will be 3/16" dished and flanged (5" min. dish). Baffles shall be constructed from 10 ga. stainless steel and be dished 5? min. dish TOP MANHOLE: There shall be a 20? over center locking circular hatch cover (Knapp co #LE-1110 or equal). The manhole assembly will be welded into tank top. CONSTRUCTION PROCEDURE: The shell skin shall be unspliced sections for the entire length of tank, and be electrically welded longitudinally. The entire tank (heads, baffles, shell sections) will be 100% double welded. The baffles will be installed with 24" lined crawl holes, top and bottom 6" X 12" lined flow-holes. Two (2) or Three (3) baffles will be installed as required in tank size specifications. The skid mount rails shall be constructed from 3/16" steel and installed using five (5) cross member supports to the bottom of the tank and side rails. TANK MOUNTS: Tank mounts shall be male-female with coil springs (two (2) per mount), three (3) mounts per side bolted to truck and tank frame. Coil springs to be constructed from 5/16" material using 5/8" bolts and self locking nuts. PUMP REQUIREMENT: Berkley model B3JRM BMS water pump (800 GPM. with a min. of 240 PSI. capacity) SELF LOADING SYSTEM: The water pump will be equipped with one (1) 3" hand operated ball valve fill side, one (1) 4" hand operated butterfly valve tank suction and one (1) 3? ball valve prior to the road watering plumbing. These valves will be located in a position which will allow self-loading of water tank. The "source? suction orifice will be 4" cam lock connection. A section (4" X 20' long) of rubber suction hose will be furnished with strainer and cam lock connection, as well as storage "J" hooks and lockable hasp. SIDE MOUNTED WATER HEAD: One 2" side mounted water head assembly will be placed on the right side, mid-ship at frame height. The nozzle will be constructed so as to discharge water in an approximate 20 degree fan. The purpose of the narrow arc is to move heavy debris and material that the ordinary flusher nozzles can not move properly. The discharge will be 300 G.P.M. maximum at 90 P.S.I. and will discharge at distances of up to 75 feet. The unit will be capable of manual vertical adjustment of 45 degree above horizon to 45 degree below horizon. PAINT: Outside of tank and all part above the truck frame will be painted the color of the truck in enamel with catalyst. Frame area and below will be painted Black Enamel. FENDERS: Truck rear tires to be equipped with full formed fiberglass, rubber mounted fenders. Fenders to be pre-painted black. Rubber insulators and three (3) mount brackets on each fender. WATER PUMP POWER SYSTEM: Water pump to be driven by a piston-type closed loop, hydro-static driven motor (transmission) - with loop cooling filtration and adjustable pressure control. Continuous duty required, compatible with the torque values of the chassis engine. Servo controlled, driven by a direct coupled PTO driven pump. The pump shall be controlled from the cab console using a quadrant throttle. Oil condition (in hydrostatic loop) shall be maintained by a 30 G.P.M. 10 Micron full-flow spin-type filter, and an oil cooler rated at 27,000 BTU/hr. The externally adjustable automatic pressure control is to override the cable control, and to maintain constant full performance water pressures when engine speeds are above 850 R.P.M. Oil reservoir to be vented to prevent ingestion of water spray, so that no water will go into the oil system. The motor will be a VOAC F-12 bent axis style, and flange mounted directly to the water pump. FRONT & REAR SPRAY HEADS AND CONTROLS: Spray head control valves to be 21/2" CIa-valve with air shut-off. Plumbing to water heads to be 21/2" on manifold, and to individual heads. Two (2) front spray heads to be located in front of tank on both left and right side; two (2) rear spray-heads to be located on left and right side of tank rear. All four (4) heads will be 2 1/2" size and adjustable for quantity as well as direction of spray. The control method for all heads shall be air-spring, and shall be operated from the cab console. CONTROL CONSOLE: Control console shall be constructed and mounted between seats inside cab, and be covered in black vinyl. control console shall accommodate all necessary air valve switches and hydro-static throttle controls. DOUBLE FLASH STROBE: One on top center of truck cab, amber in color. (OPTION 2): A second strobe of the same type on top of tank at rear center, amber in color. PLUMBING: All plumbing entries to be constructed from Schedule 40 weld fittings, and fitted with welded collars. Schedule 40 black pipe shall be used, with welded ells, tees, fittings, etc., rather than threaded pipe or fittings. Threaded pipe will be used only as necessary on pump and valve connections. Plumbing to be assembled using rubber gasketed couplers at various locations so that assembly may be removed from the chassis. (OPTION) REAR INLET FOR HYDRANT FILLING: A hydrant fill station will be constructed at tank rear curbside. The plumbing will be equipped with visible 6" air gap at or near top tank center and fill hole will be arranged so that debris (tree leaves, etc.) cannot enter the tank. (OPTION) 6? (inch) Manual dump valve at the very rear of tank. (OPTION) A 2 1/2" "Y" strainer with S.S. basket will be installed on hydrant fill plumbing. (OPTION) Two (2) 1 ?? and Two (2) 2 1/2? discharges (one each on each side) Mid-ship for ease of filling other trucks HOSE REEL A live hose reel with accommodations for 1" x 150' hard rubber hose, mounted right side mid-ship for hand flushing. Water flow to hose to be Manual operated with on/off valve located on hose reel. Power Reel to be Cox well (or equivalent), with crank rewind ability, 200 P.S.I. hose and fog nozzle will be installed. PUMP OPERATOR'S PANEL: The operator panel shall be of brushed aluminum. Pump operator's shall be located on the driver side behind the Cab and be adequately illuminated for night operation. In addition to the above controls, operator's panel shall include: Class 1 Digital compound gauge. Class 1 Digital pressure gauge. Four light MC tank level gauge. "Pump engaged" and "ok to pump" lights. Venire throttle control. Tachometer. Engine oil pressure gauge with warning light and audible alarm. Engine temperature gauge with warning lights and audible alarm. Primer control. Panel light on-off switch. Tank fill and recirculation line. Tank to pump control. Master pump drain control. All controls shall be identified with coded engraved labels. PRIMER: 12 v electric vane primer All wiring for the fire apparatus shall be installed in a workmanship like manner, and protected where exposed in loom or conduit. Grommets shall be installed where wire passes through body panels. All wiring shall be color coded, numbered, and connections made with pre insulated terminals. Breaker block, located in a readily accessible and protected location, shall be provided. All circuits added by apparatus builder shall originate from this single source. A separate circuit shall be provided for each category of items. All breakers shall be automatic reset type. C.A.D. electrical diagrams shall be provided upon delivery. Switching for additional lights added shall be grouped on cab console complete with master switch for pre-selection of Emergency Lights. Adjustable scene lights will be installed on front and rear of apparatus, two each side and switch controlled from cab. LIGHTS: Directional lights on front as provided by chassis manufacturer. Rectangular red stop, turn and taillights mounted on rear of apparatus. Three red LCC. lights and license plate light, bracket will be mounted on rear. Side marker/clearance lights and reflectors, as required by Federal standards, shall be installed on each side. A minimum of one "midships" each side, shall be installed. COMPARTMENT SIZE AND LOCATION: The side compartment sections will be mounted directly to chassis frame. The tank will saddle in between the 2 side sections and will be independent of and not connected to the side skirting/compartments. The following compartments shall be provided. Ahead of rear wheels left and right side there shall be a compartment approximately 45" wide x 27" high x 24" deep. Double door vertically hinged shall be provided. PORTABLE TANK STORAGE: A fold down portable tank storage system shall be provided for a 2000 gallon Fold-a-tank. It shall consist of a hinged parallelogram folding system with an aluminum diamond plate storage compartment. Gas struts will be installed to aid the storing process of the Fold-a-tank. FINISH: All exposed metal surfaces, not chrome plated or stainless steel, shall be properly prepared for optimum paint adhesion, thoroughly cleaned, and primed prior to painting. All compartments, fender skirts and diamond plate shall be fitted and removed prior to painting for complete paint and corrosion resistance to all areas. The body shall be finish painted fire apparatus quality. Paint code same as cab and chassis provided. All compartments exteriors and compartment interiors will be primer painted and coated with light gray spray able urethane 1/16" thick. Compartment modules, including wheel wells shall be completely undercoated. III. INSPECTION AND ACCEPTANCE: Government will make final inspection and acceptance at bidder?s location, F.O.B. Origin. IV. EVALUATIONS FACTORS FOR AWARD: Award will be based on best value to the Government and quality of product offered. V. REQUIRED DELIVERY DATE: Thirty Days after receipt of cab and chassis. The following clauses apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items; 52.212-2 Evaluations Commercial Items: The evaluation criteria stated in paragraph (a) of this provision will be delivery date and price; 52.212-3, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items. In paragraph (a) of 52.212-5 the following applies: 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). In paragraph (b) of 52.212-5(b), the following apply: The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).
 
Place of Performance
Address: Fremont-Winema National Forests, Klamath Falls Office, 2819 Dahlia Street, Klamath Falls, OR
Zip Code: 97601
Country: USA
 
Record
SN00987048-W 20060215/060213211723 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.