Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
SOLICITATION NOTICE

23 -- 24' L X 8' W ENCLOSED TRAILER FOR USE AS A MOBILE SAMPLING LABORATORY

Notice Date
8/28/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Specialized Service Center/Cin. Proc. Operations Div., 26 West Martin Luther King Drive, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-07-00176
 
Response Due
9/14/2007
 
Archive Date
10/14/2007
 
Description
NAICS Code: 336212 24'L x 8'W Enclosed Trailer to be used for a Mobile Sampling Laboratory This is a combined synopsis/request for quote (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The identifying RFQ number is RFQ-OH-07-00176. The RFQ and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 05-19. A firm fixed price purchase order is anticipated to result from the award of this RFQ. This requirement is a 100% total small business set-aside. The NAICS code is 336212, size standard 500 employees. Background The U.S. EPA, National Exposure Research Laboratory (NERL) in Research Triangle Park (RTP), NC needs (1) one 24' L x 8' W (exterior dimensions) enclosed trailer to be used for a mobile sampling laboratory. This laboratory will be necessary for field-based ambient air quality research at remote sampling locations. Enclosed Trailer Specifications All materials shall be new and the trailer shall conform to all applicable requirements of the U.S. Department of Transportation (D.O.T.) and the EPA. Detailed Specifications include: (1) Department of Transportation (D.O.T.) compliant enclosed trailer with 24' L x 8' W exterior dimensions (exclusive of coupler). (2) The body shall be constructed using 12 gauge tubular steel framing 24" on center in floor, vertical posts on 16" centers, corner posts welded to bottom of frame, rust-free non-corrosive screws (no rivets), one piece continuous roll aluminum (no seams). The Floor shall be flush (i.e., no wheel mounts in the shelter). (3) 5,000-lb capacity scissor type crank-down stabilizing jacks shall be welded to the frame. Two jacks shall be located at the front of trailer frame and two located at the rear of trailer frame. (4) (4) four welded heavy duty forged lashed rings, one shall be installed at each of the 4 corners of frame. (5) A 20" wide fold-up step shall be located at the side door. (6) An 8' x 10" deep steel rear step bumper, with steel tread plate. (7) (3) three piece A-frame, with integrated trailer jack ramp hoist, with sand pad. (8) Galvanized, powder-coated steel fenderettes. (9) 2 5/16" adjustable height, positive-lock ball coupler with 4" adjustment (14,000 lb GVWR capacity). (10) (2) two D.O.T. compliant 5/16" safety chains, with clevis safety slip hook and latch. (11) (2) two 102"W torflex axles, with 12" x 2" electric brakes, with 8 stud hubs and drums, with weather resistant wiring package. Total axle capacity must be 17,600 lb GVWR (12) (4) four ST235/80R16 load range "D" radial tires mounted on a 8 bolt silver coated spoke wheel. (13) Trailer chassis shall be fully undercoated with corrosion preventative compound. (14) Trailer shall be built with a flat-top roof, (with the capacity to walk-on the roof), containing ?" plywood on top of tubular steel roof bows and overlaid with galvanized steel roofing material. (15) Installation of 90 ?" vertical posts located on 16" centers, 8' 0" inside height (16) Installation of 2 ?" heavy duty vertical posts on 16" centers. (17) Galvanized steel plate reinforcement in the roof to accommodate post-delivery installation of roof mounted jib crane, with 12" x 12" base plate. Steel plate shall include 12" long hinge to enable mounting of jib crane. Specifications for the jib crane shall be provided to the vendor by EPA prior to the time of the trailer's construction. Actual installation of the jib crane will be the responsibility of EPA after the trailer is delivered. (18) Jib crane lock-down mechanisms, in order to secure jib crane to trailer roof, during jib operation and during trailer transport. (19) Pre-framed rear entry door installed at rear wall, at roadside corner, right-hand hinge with flush lock and integrated dead bolt, aluminum exterior with white smooth fiberglass interior. Door opening 36"W x 78"H. (20) Pre-framed entry door with screen, right-hand hinge with flush lock and integrated dead bolt, aluminum exterior with white smooth fiberglass interior. Door to have a 22" x 15" window in upper 1/3rd, start 34" off inside of front wall. Door opening 36"W x 78"H. (21) 44"L x 28" H heavy-duty, vented, pre-framed swing-up access door to storage compartment. Door installed on roadside wall and containing integrated keyed flush lock. (22) (3) three 22"W x 15"H radius tinted glass picture windows. One installed in curbside door. Two installed on roadside wall. (23) Interior flooring consisting of (24) twenty-four Linear Feet (LF) of ?" exterior grade plywood floor, exterior surface undercoated, interior surface painted gray. Floor shall be overlaid with (24) twenty-four LF of seamless, non-skid rubber flooring, black with raised circles pattern. (24) (8) eight 500 lb capacity light duty floor tie-offs, flush mounted with steel backing plate. (Note: Ship loose - do not install). (25) (24) twenty-four LF of white kemlite plywood interior sidewall liner. (26) Insulate (24) twenty-four LF of sidewalls with R-11 fiberglass insulation. (27) Insulate (24) twenty-four LF of ceiling with R-11 fiberglass insulation. (28) (24) twenty-four LF full-width, flat ceiling lined with white kemlite covered ?" lauan plywood. (Note: Due to installation of A-C duct work per specifications, ceiling will drop down approximately 12" lower than normal inside height. Also, ceiling will taper downward in front 4 feet. Finished inside height will be approximately 7 feet. (29) (12) tweleve Square Feet (SF) laminated permanent inside white counter, 30"W x 31"H installed on front wall from curbside wall across to 28"W counter. (30) (2) two 73" H x 36 ?"W x 24"D steel shelving units with (4) four 36"W adjustable shelves and 3" bin fronts and end panels. Shelf capacity shall be 250 lb each. Install side by side on curbside wall starting 18" off inside of rear wall. (31) 48"L x 30"H x 20"D insulated storage compartment composed of steel angle iron constructed with expanded metal shelf in center running horizontally. (Note: Because electrical outlets will be installed inside box, build so that wires can be concealed. Line inside of box with galvanized steel.) (32) (2) two 60"L x 24"W x 36"H fold-down white formica top counter with support legs, both installed side-by-side on roadside wall starting at rear corner. (33) (35) thirty five SF of laminated permanent inside white counter. Build 28"W x 36"H, installed on roadside wall starting at 10FT off inside of rear wall and extend to front wall. (34) 24"W x 36"H x approximately 10FT long shelving unit consisting of two equally sized sections with each section to have one each adjustable shelf. Each shelf to have (4) four height adjustments. Unit to be installed on curbside wall starting at 8FT off rear wall and extending to rear edge of side door. (35) (15) fifteen 1 /3/4" I.D. steel pipe with 6" x 6" steel flange plate, with pipes penetrating roof to provide final seal on roof. (36) (3) three 6 ?" x 6 ?" locking power cord hatch. Evenly space (2) two each on roadside wall, center (1) one each on curbside wall, installed at 1FT below top drip rail. (37) (4) four 20 Amp, GFI 120 VAC duplex wall receptacle installed on inside of storage compartment. (38) (13) thirteen exterior 15 Amp, 120 VAC, weather proof, surface mounted GFI duplex receptacles. Install (6) six each side-by-side on roadside and curbside walls starting 5FT off rear wall and 1FT below top drip rail. Install 1 each on curbside wall at front corner at floor level. (39) (2) two interior wall switches for 120 VAC exterior lights. (40) (2) two 3-way wall switches for 120 VAC interior lights, one located at side door for C/S light and one at rear door for rear light. (41) (5) five 4FT double fluorescent light fixtures with diffuser covers. (Note 1: Tubes not to be included. Note 2: Surface lights are required due to pipe penetration through ceiling.) (42) 125 Amp 120/240 V service panel with 125 Amp main breaker and raceway through floor for shoreline (24 circuit box). (43) (6) six 20 Amp, 5 ft long outlet strips with receptacles on 6" centers. (44) (2) two exterior quartz halogen lights, (1) one installed curbside wall just to rear of side door and as high as possible, (1) one installed on rear wall at roadside corner and as high as possible. (45) 24,000 BTU A/C with 10KW heat strip heating, including separate wall thermostat with automatic switch over between heat and air. Install duct work and vents (4 minimum) in ceiling. Install unit on front wall. (46) (24) twenty-four LF 0.030 pre-finished white smooth exterior aluminum, installed vertically with non-corrosive mechanical fasteners. (47) (24) twenty-four LF D.O.T. required conspicuity tape installed on both sides and rear of trailer. (48) (2) two L.E.D. wraparound tail lights with integrated side rear marker light. (49) (1) one color coded 12 VDC electrical system, S.A.E. required exterior lighting package (50) D.O.T. A-frame mounted 22 Amp-hr UI series breakaway switch battery including aluminum mounting bracket, cover, battery charge indicator, and diode isolation. Battery acid to be included. (51) 12 V seven way trailer end connector. (52) Spare tire and wheel, ST235/80R16 load range "D" radial tire on an eight bold silver spoke wheel. (53) Exterior 8 bolt spare tire carrier/bracket, offset towards roadside of A/C unit. (54) Permanent aluminum ladder, installed on rear wall just to curbside of rear entry door. (55) 36"H fold down guard rail for roof top platform to cover entire (64) sixty-four LF roof perimeter. Guard rail shall include custom gate on curbside, starting (4) four FT from rear of roof. Guard rail section at curbside, rear of trailer shall be removable. (56) 20" fold-up step located at curbside door. (57) Trailer roof shall include (15) fifteen removable roof flanges. Roof flanges shall be composed of steel and have dimensions of 9" W x 9" L x 1/4" H. Galvanized flanges shall be mounted using (4) four corner bolts and shall include gaskets to prevent rain intrusion. Location of the roof flanges will be specified by EPA prior to the time of the trailer's construction. (58) Rhino waterproofing of completed roof. (59) 2-5/16" hitch ball. Within 30 days prior to shipment to the destination specified on the purchase order, the trailer shall require an in-process inspection to verify compliance with the specifications. This inspection shall take place at the awardee's place of business and shall be conducted by the EPA Project Officer (PO) or an EPA appointed representative. This inspection will be at EPA's expense and will not constitute final acceptance of the unit. Final acceptance of the enclosed trailer shall be made upon delivery of an acceptable unit, complying with the specifications, at the designated location on the purchase order (RTP Shipping and Receiving). Calibration and Testing The contractor shall be responsible for the engineering design, assembly, and testing of the completed mobile sampling laboratory. Documentation and Drawings The contractor shall be responsible for providing one (1) set of any drawings developed during the system design and one (1) set of operating manuals for individual trailer components or the overall system. Warranty The contractor shall provide its commercial warranty consisting of a minimum of one-year warranty on electrical work and a minimum of a six-year warranty on total construction of the enclosed trailer. Delivery Date The enclosed trailer shall be delivered FOB Destination to the U.S. EPA, RTP Shipping and Receiving, Durham, NC no later than 90 days after receipt of award. The following clauses apply to this request for quote: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items, (1) Technical acceptability of the enclosed trailer offered to meet the Government's specifications and (2) Technical acceptability shall be evaluated on a pass or fail basis (with the lowest price technically acceptable receiving award). Offers shall provide descriptive technical literature and/or other documentation as necessary, to demonstrate that the enclosed trailer offered meets the minimum specifications above; FAR 52.212-3, Offeror Representations & Certifications-Commercial Items, shall be completed by offeror and submitted with quote, unless the offeror's registered with CCR; FAR 52.212-4, Contract terms & Conditions-Commercial Items; The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items will apply, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13. FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; all clauses can be found at: http://farsite.hill.af.mil/VFFARA.HTM. In addition, the following US EPA EPAAR clause is applicable to this RFQ: EPAAR 1552.233-70, Notice of Filing Requirements for Agency Protests. This EPAAR clause is available at http://www.epa.gov/oam/ptod/epaar.pdf. Offers shall submit 1 copy of their quotation that references RFQ-OH-07-00176, no later than September 14, 2006 at 12:00 PM (EDT) to Scott A. Fogle, at fogle.scott@epa.gov. Questions or comments may also be directed to Scott A. Fogle, at 513 487-2049, or at fogle.scott@epa.gov. The last day for Technical Questions is September 06, 2007.
 
Record
SN01388149-W 20070830/070828222808 (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.