Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
SOLICITATION NOTICE

K -- MODIFIED TRUCK CHASSIS WITH INSTALLATION OF EQUIPMENT

Notice Date
7/11/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Usepa R8 T&Ms Grants Audits & Procurement Program, 1595 Wynkoop Street, Denver, CO 80202
 
ZIP Code
80202
 
Solicitation Number
RFQ-CO-07-00013
 
Response Due
7/24/2007
 
Archive Date
8/24/2007
 
Description
NAICS Code: 333924 DESCRIPTION: (i) 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; quotations are being requested and a written solicitation will not be issued. (ii) This solicitation number is RFQ-CO-07-00008 and it is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. (iv) This requirement is not set-aside. NAICS code 336211 applies. (v) CLIN 1: Flat bed truck; and, CLIN 2: Installation of specific government-owned equipment onto the flat bed truck; both in accordance with the specifications noted below. Specifications and Statement of Work (SOW) for Procurement of a Medium Duty Flatbed truck and installation of a PowerProbe 9600-EC Direct Push Probe unit. Chassis Specifications Vendor will provide a unit that meets or exceeds the following specifications. 1. Chassis: a. 4 Wheel Drive b. GVWR: 16,500 lbs minimum, 19,000 lbs preferred c. Engine: i. Turbo Diesel ii. 300 Horsepower iii. 550 Foot-Pounds Torque d. Transmission: i. Automatic with O/D and PTO provision e. Exhaust: i. Unless specifically prohibited by the manufacturer due to new emissions requirements, reconfigure exhaust to exit immediately aft of the cab, either directed down to the ground, or directed up and away from the vehicle. Up and away via "smoke stack" is preferred. f. Engine Block Heater g. Limited Slip Rear Axel h. Fuel Capacity: 40 gallons i. Driver Amenities: i. Tilt Steering ii. Cruise Control iii. Power locks and mirrors 1. OEM is preferred, however, due to time constraints, after market installation is acceptable. iv. AM/FM Stereo w/ CD player 2. Additional Requirements / Installation Statement of Work a. 12 foot diamond tread steel flat bed with Stake Pockets i. 16" centers on under-bed support beams (cross beams) ii. Vendor will provide stake rails for stake bed configuration. Stake rails shall not be less than 4' tall, and not more than 6" taller than the top of the vehicle cab. b. Class V receiver hitch and 7 pin wiring harness for conventional towing c. Provide the following storage as belly boxes: i. Passenger-side, in front of rear wheel: "longest possible" x 18"d x 18" h ii. Both sides, aft of rear wheels, 26" x 18" x 18" h. If the 26" dimension is not possible (even if installed such that the 26" length is measured laterally on the vehicle), this may be reduced to 18" x 18" x 18". iii. AMS Truck Mounted Pull-Out Sample Prep Station Complete (no equivalent, see iv below for details) shall be mounted immediately aft of the cab on the driver's side. The two 14 gallon water tanks shall be mounted on top of the flat bed on the driver's side, with the same mounting requirements in iii below. Exact location shall be determined at the time of installation. d. Provide for the following storage on top of the flat bed: i. Two (2) AMS Aluminum Tool boxes - 60" x 18" x 18" with Tool Box Divider Assembly 1. one each to be located near the back of the bed on each side, exact location to be determined after probe rig is installed on the truck. ii. The above shall be installed such that they are removable with minimal effort. Minimal effort shall be defined as no more than 2 bolts per unit, easily accessible from either standing at ground level or from atop the flat bed. A suggested method would be to attach the boxes to brackets that mate to the stake pockets of the bed and which are secured with locking hitch receiver pins. iii. The above are specified without equivalent options. The above are made by the Powerprobe unit's OEM, and therefore are designed to function with the equipment being mounted on the new truck. You may contact AMS via their website at www.ams-samplers.com. 3. Option 1: Conversion to external diesel power, mounted to PowerProbe 9600 frame. a. Convert existing 9600EC to be powered by an external Diesel engine, per AMS specifications and directions. This will involve lengthening the steel mounting rail and PowerProbe frame, mounting the Isuzu Diesel (model 3CD1), Rexroth Hydraulic Pump (Series 28), and fuel tank on the PowerProbe frame. All required parts are available from AMS, or may be sourced locally if available. All welds and new metal shall, at a minimum, be primed with a rust inhibiting primer and painted to match the original frame. Urethane bushings, or other vibration dampening mounts, shall be used when mounting the diesel engine. b. Provide for transfer of equipment from existing F-350 unit to new vehicle. This will include the modified PowerProbe 9600EC, and the modified mounting rail. i. The Operating Manual, which includes installation instructions, will be made available to the successful offeror, or a sub-contractor of their designation, at the time of award. An EPA representative shall be present at the time of installation to ensure that all instructions are properly followed. 4. Option 2: Conversion to external diesel power, mounted to truck bed a. Convert existing 9600EC to be powered by an external Diesel engine, per AMS specifications and directions (attached). This will involve lengthening the steel mounting rail and PowerProbe frame, mounting the Isuzu Diesel (model 3CD1), Rexroth Hydraulic Pump (Series 28), and fuel tank on the PowerProbe frame. All required parts are available from AMS, or may be sourced locally if available. All welds and new metal shall, at a minimum, be primed with a rust inhibiting primer and painted to match the original frame. Urethane bushings, or other vibration dampening mounts, shall be used when mounting the diesel engine. b. Provide for transfer of equipment from existing F-350 unit to new vehicle. This will include the PowerProbe 9600EC, and the mounting rail. i. The Operating Manual, which includes installation instructions, will be made available to the successful offeror, or a sub-contractor of their designation, at the time of award. An EPA representative shall be present at the time of installation to ensure that all instructions are properly followed. 5. Option 3: Provide and install a Power Take-Off (PTO) Unit a. Provide and install PTO/Remote Throttle Control i. Muncie Split Shaft PTO ii. PTO controller must engage and lockup the transmission torque converter to avoid damage to transmission b. Provide and install PTO driven hydraulic pump i. Oil Gear Model PVM-046-A1UB-RSAY-P-NN/SN or equivalent ii. If an equivalent PTO and/or pump are chosen, the output pressure and flow rate of the "equivalent system" must be within 5% of the equipment specified. Calculations or tables supporting the equivalent system's capability must accompany the proposal. iii. If the pump and/or the PTO extend below the lowest point of the vehicle (oil pan, transmission pan, or other OEM equipment) a skid plate shall be constructed out of 3/16" aluminum and bolted in place to protect the PTO/pump. c. Provide for transfer of equipment from existing F-350 unit to new vehicle. This will include the PowerProbe 9600EC, and the mounting rail. i. Bed penetration for hydraulic lines shall protect hydraulic lines from abrasive wear (grommet or other sharp edge protection) ii. The Operating Manual, which includes installation instructions, will be made available to the successful offeror, or a sub-contractor of their designation, at the time of award. An EPA representative shall be present at the time of installation to ensure that all instructions are properly followed. (vi) EPA, Region 8 requires a flat bed truck and installation of specific equipment onto the truck chassis. Specifics are as noted above. (vii) Supplies are to be received and accepted at place of origin within 30 days after receipt of order. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. There are no clauses added to this acquisition as addenda to this provision. This provision can be accessed electronically at http://www.arnet.gov/far. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award to the responsive, responsible offeror whose quotation is most advantageous to the Government, price and other factors considered. The factors to be used to evaluate offers will be 1) technical capability of the item offered to meet the Government's requirement, 2) past performance, and 3) price, in descending order of importance. Offerors must submit proof of technical capability (i.e., a "spec" sheet) and information showing whether or not they have provided & installed similar equipment. This is a "best-value" procurement. Offerors should respond with their best competitive quotation, as it is anticipated that an order will be issued without further discussion. Offerors are reminded that award can only be made to a contractor who is registered in the Central Contractor Registration (CCR) data base. (x) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quotation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. There are no clauses added to this acquisition as addenda this provision. This clause can be accessed electronically at http://www.arnet.gov/far. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. FAR clauses cited in that clause that are also applicable to this acquisition are as follows: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-3, Buy American Act - Free Trade Agreements-Israeli Trade Act; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. These clauses can be accessed electronically at http://www.arnet.gov/far. (xiii) There are no additional contract terms or conditions determined by the contracting officer to be necessary for this acquisition or required in order to be consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this solicitation and no rating is applicable. (xv) The numbered note(s) which apply to this solicitation are as follows: 12. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer; and 13. The proposed contract is restricted to domestic sources under the authority of FAR 6.302-3. Accordingly, foreign sources, except Canadian sources, are not eligible for award. (xvi) Responses to this RFQ are due by July 24, 2007, 4:30 PM MST, to e-mail address: houston.maria@epa.gov. (xvii) RFQ contact is Maria Houston at 303-312-7022; however, all questions concerning this RFQ must be submitted via e-mail to houston.maria@epa.gov within two (2) days of posting. There are three (3) drawings that may also be requested via e-mail to houston.maria@epa.gov.
 
Record
SN01339810-W 20070713/070711224815 (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.