Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
MODIFICATION

23 -- Decontamination Trailer

Notice Date
5/1/2007
 
Notice Type
Modification
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, CO, 80912-2116, UNITED STATES
 
ZIP Code
80912-2116
 
Solicitation Number
FA2550-07-T-0001
 
Response Due
5/2/2007
 
Archive Date
5/17/2007
 
Point of Contact
Shane Griffiths, Contracting Specialist, Phone 719-567-3837, Fax 7195673438, - Shane Griffiths, Contracting Specialist, Phone 719-567-3837, Fax 7195673438,
 
E-Mail Address
shane.griffiths@schriever.af.mil, shane.griffiths@schriever.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
FA2550-07-T-0001, Amendment U00004 ? 01 MAY 2007: this document has been amended to include: updated solicitation response date/time, update of technical specifications and evaluation factors. The following changes have been made: 1. The response date has changed from 01 May 2007 to 02 May 2007 at 1600 hrs Mountain Daylight Time. 2. Technical requirements and evaluation factors have been updated. Please review solicitation for particular changes. -------------------------------------------------------------------------------------------------------------- FA2550-07-T-0001, Amendment U00003 - 27 APR 2007: this document has been amended to include: updated solicitation response date/time, addition of training requirement to technical specifications, updated delivery date, and corrected technical evaluation factors. The following changes have been made: 1. The response date has changed from 24 Apr 2007 to 01 May 2007 at 1200 hrs Mountain Daylight Time. 2. The following paragraph has been inserted into the technical requirements: ?One day of on site training must be provided by factory certified personnel to include complete product overview and familiarization to include product walk through and hands on use and maintenance of mobile decon shower system. Any and all department personnel are invited to attend the training and this will also be an opportunity for a train the trainer scenario. The product training will be conducted on site at Schriever AFB, Colorado. All personnel and vehicles must obtain proper passes, vendor must coordinate this with the Contracting Officer.? 3. The delivery time had changed from ?30 days? to ?NLT 18 JUN 2007, FOB Destination to Schriever AFB, CO, all deliveries must be coordinated with the contracting officer.? 4. Technical evaluation factors have been corrected From: ?The minimum criteria for acceptability for this factor shall be the submission of descriptive literature and any other information required to clearly indicate that the offeror is proposing and will be providing the stationary load inverter with dual arm movement in accordance with all stated characteristics located in the Schedule of Supplies/Services.? To: ?The minimum criteria for acceptability for this factor shall be the submission of descriptive literature and any other information required to clearly indicate that the offeror is proposing and will be providing the DAT 15T Mobile Self Contained 19FT Decontamination Unit OR EQUAL in accordance with all stated characteristics located in the Schedule of Supplies/Services.? All other terms and conditions remain unchanged. ----------------------------------------------------------------------------- Amendment 1 & 2: This document has been modified to clarify the Line Item and to clarify Evaluation Factors. The following changes have been made: 1.The response date has changed from 20 Apr 2007 to 24 Apr 2007 2. In the Line Items header the words Main Technical Factors have been added. 3. In the Additional Requirements header the words will be evaluated with Main Technical Factors? have been added 4.In the Evaluation the factors have been explained with more description. Purchase Decontamination Self-Contained Trailer 5. In the Evaluation the basis of the evaluation has changed to Lowest Price Technically Acceptable. ----------------------------------------------------------------------------------- DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. No paper copies of this solicitation will be provided. Solicitation #FA2550-07-T-0001 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-17. This acquisition is 100% set aside for small business. The North American Industrial Classification System (NAICS) number is 336214 and the size standard is 500 employees. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). The full text version of the FAR and DFARS Clauses may be accessed electronically at www.arnet.gov/far or http://farsite.hill.af.mil/. LINE ITEMS 0001 - The government intends to procure one (1) each Fire Safety International (FSI) model number: DAT 15T Mobile Self Contained 19FT Decontamination Unit OR EQUAL. ---------------------------------------------------------------------- MAIN TECHNICAL SPECIFICATIONS FOR DAT 15T Mobile Self Contained 19FT Decontamination Unit OR EQUAL. SALIENT CHARACTERISTICS: Mobile Self Contained Trailer approx.19 Feet (from tip of trailer tongue to back lights of unit) Decontamination Shower System Unit Definition: A self-contained (box shaped) mobile cleansing unit capable of providing hot water and electricity in emergency situations where permanent facilities are not available. The wastewater generated is captured in a holding tank for proper permanent disposal. A self-contained mobile cleansing unit manufactured to enable emergency decontamination and provides the ability to rapidly hook-up the unit to any vehicle having a Class 3 hitch and a haul capacity of approximately 3,500 lbs. and respond to required location with minimal setup. The unit accesses water by hook-up to multiple pressure water sources or contained water by a provided pump. Water is pressure regulated, filtered, and mixed in a proportion valve for delivery into the water system. Water is heated by an integrally mounted, on-demand propane water heater and will provide continuous hot water to the system. An electric generator is provided and is mounted on a glide system. The generator supplies power for: water heater thermo couple, all external mounted halogen lights, interior mounted waterproof fluorescent light fixtures, water pump and reserve for site necessitated requirements. The operation of the unit is sequenced to close any drain valves, hook-up to water, extend and start the generator, switch the power to the water heater to on, and switch on any lights required on scene. Water is heated and automatically mixed with cold to deliver approximately 105 degree Fahrenheit water to system. Operators will activate handle on drench hose to rinse. Wall System Pre-fabricated wall and roof panels, including all splines and fasteners, shall provide a complete exterior/interior insulated structural package. Decontamination units provided under these specifications shall be assembled of pre-fabricated structural urethane panels of modular design. Each wall panel shall have foamed in place spines protruding on each vertical edge that fits tightly into a foam channel on the adjacent panel forming a double spine structural column. Joint fabrication shall permit the use of expanding foam to provide a continuous thermal break at all splines connectors. Two-part polyurethane foam shall be mechanically mixed prior to injection into the panels at density of 2.4 pounds per cubic foot. When completely cured, the foam shall bind tenaciously to the internal and external surfaces and splines to form a structural insulated panel. Wall components furnished shall be of a minimum thickness of 3? with minimum insulation R-value of 21 and a K-factor of.14 (Btu-in/ft2 hr degrees F). Laboratory results for ASTM E-84 Burn Tests shall be available and meet or exceed the standard flame spread of <24 and smoke test of <450. Panel core shall be approved as a Class 1 type. They shall be foamed using NON-CFC expanding agents and shall meet all current international standards. Moisture properties: Shall be tested using ASTM D-2842-01. Water vapor permeability of the foam core shall be less than 2 perm/in and water absorption less than 2.4%. Foam shall have a compressive strength of 35 psi when tested to ASTM D-1624-00 Foam shall have shear strength of 26 psi when tested to ASTM D-273-61. Foam shall have tensile adhesion of 15 psi when tested to ASTM D-1623-78. Foam shall have a flexural modulus of 790 psi when tested to ASTM D-1624-00. Foam shall have a shear modulus of 325 psi when tested to ASTM D-273-61. ----------------------------------------------------------------------------------------------------- Performance/Features (from Brand Name Specs) Trailer Dual axle trailer Load Capacity: 7000 lbs Trailer hitch: Standard 2 3/8 industrial Unit Weight: Approx. 3,900 lbs. Wheel Rims: 15IN white Tires: All season 225/70P15 Overall Dimensions: 19.5FT (L) x 77IN (W) x 9FT (H) tip of trailer tongue to back lights Two clearance lamps Two side marker lamps Two reflectors and stoplights License plate holder and light Breakaway emergency brake on front axle Containment Area Containment Envelope Size: 160IN (D) x 77IN (W) x 81IN (H) Support Compartment: Two level: 30IN D X 77IN W X 72IN H Bottom Equipment/Top Storage Lights: Four Halogen 300 watt; one located on the top of each corner. Walls: 3IN thick secured to the metal frame using 1 grade 5IN bolts and 5/16IN T-nuts Wall core: 2.4lbs/ft3 Polyurethane foam panels with R-21 insulation value Roof: Arched and sealed to allow runoff Roof Core: 2.4 lbs/ft3 Polyurethane foam panels with R-21 insulation value Roof Vent: Operable translucent vent with screen and manual crank Surfaces: G90 24 Gauge Galvanized Steel Painted. Stone Guard: 100 bright aluminum diamond plate on front of unit Insulated with four water outlet locations on the inside wall surface; Two hand held drench hoses, shower heads and holders Holding tank: Four (4) thirty gallon polyurethane containment holding tanks. Floor: Sloped to allow wash down liquid to flow toward the centrally located drains. Each drain is connected to a polyurethane holding tank, mounted underneath the floor. Floor Area: Divided into two equal compartments defined by a berm in the floor. Compartments: Each compartment to have two (2) 33 gallon tanks fed by individual drains first one with drain for detergent wash and second compartment with drain for clear water rinse. Floor surface: Polyurethane sprayed in continuous liner on the floor in the wash down area continuing up the wall -- Waterproof, oil, grease and chemical resistant Liner to be slip/wear/scratch-resistant. Liner to be resistant to break down due to UV exposure. Lights: Two 4 0twin tube internal vapor proof fluorescent lights Drains: lines and ball valves for all waterlines. Doors Entry doors: Decontamination room doors, dirty entry, clean exit doors to be two (2) inches thick, double wall galvanized insulated with a polyurethane core Aluminum extruded frame securing door in panel and door edge frame to panel Three latches securing top/middle/bottom - Middle latch to contain locking stainless steel hinges Window: 11? x 11? clear, placed 54"up from the bottom of the door. Chemical resistant extruded gasket press fitted into the frame. Front compartment doors = 1" thick, double wall galvanized insulated w. polyurethane core. Aluminum extruded frame securing door in panel and door edge frame to panel Two latches securing top and bottom -- Top latch to contain locking -- Stainless steel hinges Support Equipment Hot water: On demand propane fired, 140,000 btu with temperature control setting Stainless Steel vent mounted on front wall Water pressure regulator: Grinnell or equivalent Water Filter: cartridge model or equal with removable container cleanout Mixing valve: adjustable to control water temperature to showers Water connection: Flexible H2O connection to external source for GHT or fire truck connections Generator: Gasoline, portable 4,000 watt for standard electrical requirements Electrical switches: control internal lights & external lights and optional pump Switchboxes to be weatherproof Propane tanks: Two 20# with dual valve and auto regulator (40# optional) Access ramp: 30? x 60? x 4? - 600 lb load capacity aluminum folding storable access ramp with anti-skid surface applied. Transfer hose: industrial grade commercial duty reinforces hose for transferring contaminated liquid from mobile unit to disposable storage. Self priming pump for discharge of containment tank or pick-up from static water source Electric start generator Storage Equipment bin: 29 Cu-Ft with left & right double wall galvanized access doors with SS hinges. Door: Left and right access to storage areas Doors to be double wall galvanized insulated with a polyurethane core; Aluminum extruded frame securing door in panel and door edge frame to panel Latches securing top and bottom and lock keyed to match Mechanical access: 54 Cu-Ft storage compartment with left & right access double wall galvanized access doors with stainless steel hinges Door: left & right access doors to storage and mechanical areas. Doors to be double wall galvanized insulated with polyurethane core. Aluminum extruded frame securing door in panel and door edge frame to panel Latches securing panel lock keyed to match External Surface: G90 24 Gauge Galvanized Steel Color: Trailer frame, fenders, tongue to be black. Decontamination room: exterior white; interior metal finish Additional Requirements (will be reviewed with Main Technical Factors) 2? Ball Hitch 4 Corner Jack Levelers mounted to trailer frame Discharge Pump for Containment Tanks LP Level Indicators (paste on) Internal Exhaust Fan Dual Hose Connections (STD&Hydrant) Backer System with curtain clips to hang center and cross divider curtains as below F-CDC34 ? Cross Divider Curtain F-CD34 Center divider Curtain Aluminum shelf storage unit w cargo netting fastened to walls # F-TDMSPC Hazmat Elevation Grids 3? X 2? X 2 7/8? H (Qty:2) External mount awning canopy system - wind/sun/privacy protection One day of on-site training must be provided by factory certified personnel to include complete product overview and familiarization to include product walk through and hands-on use and maintenance of mobile decon shower system. Any and all department personnel are invited to attend the training and this will also be an opportunity for a train the trainer scenario. The product training will be conducted on-site at Schriever AFB, Colorado. All personnel and vehicles must obtain proper passes, vendor must coordinate this with the Contracting Officer --------------------------------------------------------------------------------------- EVALUATION Lowest Price Technically Acceptable.FAR 52.212-2 - EVALUATION COMMERCIAL ITEMS (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Price and delivery date will be considered. Award will be based on the lowest evaluated price of quotations meeting or exceeding the acceptability standards. Proposals shall be evaluated on a technically acceptable/not technically acceptable basis. Proposals shall be determined to be technically acceptable/unacceptable and will be evaluated to determine if the offerors delivery time is satisfactory. Offeror must explicitly state compliance with delivery date of 18 JUN 2007 in their proposal. An offeror who has submitted a technically acceptable proposal and confirmed conformance with delivery date in accordance with the solicitation will have its quotation evaluated for the lowest price. Technical capability of the products offered to meet the Government?s requirement. The minimum criteria for acceptability shall be the submission of descriptive literature and any other information required to clearly indicate that the offeror is proposing and will be providing the DAT 15T Mobile Self Contained 19FT Decontamination Unit OR EQUAL in accordance with all stated salient characteristics located in the Schedule of Supplies/Services. Descriptive literature; means information (e.g., cuts, illustrations, drawings and brochures) that is submitted as part of a quotation. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that specified elsewhere in the solicitation and pertain to significant elements such as (1) design, (2) materials, (3) components, (4) performance characteristics and (5) methods of manufacture, assembly, construction or operation. The term includes only information required to determine the technical acceptability of the offered product. Descriptive literature must be (1) identified to show the product which it applies and (2) received by the date and time specified in the solicitation for the receipt of offers. Failure to submit descriptive literature or failure of descriptive literature to show that the product offered conforms to the requirements of this solicitation may result in the rejection of the quote. Responding contractors shall include quotations and descriptive literature with their response to allow the government to make a complete evaluation and appraisal of the quoting with respect to the requirements set forth in this combined synopsis solicitation and the salient characteristics document. The Contracting Officer will evaluate "equal products on the basis of the evaluation factors listed in this solicitation and the information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Include manufacturers name, model number, and specifications in your quote. Unless the quoter clearly indicates in its offer that the product being offered is an "equal" product, the quoter shall provide the brand name product referenced in the solicitation. ------------------------------------------------------------------------------ All contractors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in CCR will make an offeror ineligible for award. Contact CCR at 1-888-352-9333, however a Duns number must be known prior to registration. Call Duns and Bradstreet at 1-888-546-0024 to verify or apply for a Duns number. Conditions Required to Implement Statutes or Executive Order; FAR 52.204-7 Central Contractor Registration FAR 52.211-Brand Name or Equal FAR 52.212-1 Instructions to Offerors-Commerical Items FAR 52.212-2 Evaluation-Commercial Items FAR 52.212-3 Offeror Representations and Certifications-Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are (5)(i) (14), (15), (16), (17), (18), (19), (20) and (31) Commercial Items FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.246-16 Responsibility for supplies FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference The following clauses are also applicable to this acquisition; DFARS 252.204-7004 Alt A, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Contract financing will NOT be provided for this acquisition. Contractor must be registered in CCR prior to award. The Government will make an award from this request for quotation to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. Point of contact for this acquisition is A1C Shane Griffiths 719-567-3837 and SSgt Shafinah Rosauro 719-567-3888. Quotes can be e-mailed to: shane.griffiths@schriever.af.mil, shafinah.rosauro@schriever.af.mil or faxed to 719-567-3438, Attn: A1C Shane Griffiths or SSgt Shafinah Rosauro. No special format or form is required for your quote. ALL QUOTES ARE DUE BY 1600hrs (MDT) ON 02 MAY 2007. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSC/50CS/FA2550-07-T-0001/listing.html)
 
Place of Performance
Address: 50 CES/CEF SCHRIEVER AFB CO
Zip Code: 80912
Country: UNITED STATES
 
Record
SN01285421-F 20070503/070501235427 (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.