SOLICITATION NOTICE
42 -- FM-200 FIXED FIRE EXTINGUISHING and WATER WASHDOWN SYSTEM KITS
- Notice Date
- 6/23/2008
- Notice Type
- Presolicitation
- Contracting Office
- Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway; Cambridge, MA 02142
- ZIP Code
- 02142
- Solicitation Number
- DTRT57-08-R-20043
- Response Due
- 7/2/2008
- Archive Date
- 11/2/2008
- Point of Contact
- Point of Contact -Guy Hillman, Contracting Officer, 617-494-3401
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; no written solicitation will be issued. Solicitation No. DTRT57-08-R-20043 is issued as a Request for Proposal (RFP). This solicitation is being conducted in accordance with FAR Part 13.5 and Part 15. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-26 dated June 12, 2008. The NAICS Code is 336510 and the Small Business size standard is 1,000 employees. The Government intends to award a Firm Fixed-Price Contract on a full and open basis. Award will be made to the lowest priced technically acceptable offeror. Proposals shall include technical information and pricing for the following item in a written quotation: CLIN 0001 !V FM-200 FIXED FIRE EXTINGUISHING and WATER WASHDOWN SYSTEM (per LCU-2000 Parts Identification/Quantities List) (3) EA $______ Total: $______; CLIN 0002 Delivery of the three kits to AMC Watercraft Equipment Site at Kuwait Naval Base, Mohammed Al Ahmed Naval Base, Ras Al Quiaia,State of Kuwait, POC - CW4 Gregory Ellison, DODACC W913WM (3) EA $ ______$ Total: $______Grand total for CLINS 0001-0002 $________. STATEMENT OF WORK (start) 1.0 Background. The Volpe National Transportation Systems Center (Volpe Center) provides the U.S. Army, Program Manager for Army Watercraft Systems, PEO Combat Support and Combat Services Support with project management and marine engineering technical expertise. The Halon Retrofit Program has been active since 1993 and is in the final phases of retrofit to the Army fleet replacing Halon 1301 with FM-200?? (Heptafluoropropane, HFC-227ea) fire extinguishing and Water Washdown systems. Environmental initiatives under the Montreal Protocol for the elimination of ozone depleting chemicals has compelled the removal of and no new Halon 1301 from use as a fire extinguishing agent onboard U.S. vessels. As one of the final initiatives of this Army/Volpe Halon Retrofit program, the Army has requested the Volpe Center to provide materials procurements (kits) and engineering support during three (3) LCU-2000 vessel fire extinguishing system replacements located overseas in Kuwait. Three vessels, LCU-2018, 2019, and 2027 are located overseas and are scheduled for shipyard maintenance overhauls over the next year. For this project, the Volpe Center is continuing to support the Army by providing project management and technical expertise with design engineering alterations, construction kit procurements, quality assurance inspections, functional test validation, and installation oversight of the FM-200?? clean agent and Water Wash down Systems enhancements onboard the three LCU-2000 watercraft. In addition, Volpe marine engineers will provide installation instruction/technical guidance to the Kuwait personnel regarding the engineering design package for this project. This Statement of Work (SOW) describes the work efforts to be performed by the Contractor in supporting the Volpe Center!|s procurement of the parts, assemble, package, and ship of the three (3) kits to Kuwait. 2.0 Tasking-Task 1 - Parts Procurement and Inventory. The Contractor shall provide all the necessary labor, materials, an inside/indoor staging warehouse area and procure all parts/equipment according to the attached parts list (See Attachment 1). The parts list, Attachment 1, identifies the parts for one (1) kit. All ordered parts are required to be protected from weather and only new parts will be accepted by the government. All parts shall be pre-inventoried by the Contractor prior to Government's inspection. The Contractor shall provide a bill of materials list (minimum of 3 copies of each list) for each laid out parts box to account for quantities for both the Volpe Center Contracting Officer's Technical Representative (COTR) inspections and receiving personnel at final destination in Kuwait. Equivalencies !V may be considered on a case by case basis. The burden shall be on the Contractor to provide sufficient equivalency data sheet details in order for the Government Contracting Officer (CO)/COTR!|S to make a determination. Kidde brand parts shall not be substituted due to fleet wide systems safety applications, standardization, and Underwriter Laboratory listing requirements prohibiting interchange of manufacturer equipment/parts. Task 2 - Government Inspections. Once procured, organized and laid out for inspection by kit and trade, the Contractor shall notify the Volpe Center COTR with a minimum of 24 hours in advance to visit the Contractor warehouse facility. The Volpe Center COTR shall inspect and verify parts are in accordance with Attachment 1 list under Task 1. The quantities, material specifications, and quality will be verified during Government inspection at the Contractor's designated facility. Any discrepancies noted during the Government inspection shall be corrected by the Contractor within three (3) calendar days, in parallel with the Task 3 packaging process. The Contractor shall pay particular attention to the materials specifications, such as 316 stainless steel, monel, amber horn/strobes, etc. Any nonconforming parts noted during the Government's inspection shall be rejected. The Contractor shall allow government attendance at the Contractor's warehouse facility at any time during contract performance during normal company business hours. Task 3 !V Assembling, Packaging and Shipping. The Contractor shall laid out the parts according to each trade (electrical, mechanical and structural), divided equally into the three (3) separate kit arrangements to facilitate the Government's inspections (see task 2) and packaged. The parts shall be properly packaged and marked as kit 1, box 1, etc. and include a detailed packing slip sealed in a watertight plastic pouch securely fastened to the side of each box. All materials shall be shipped in a used and CSC certified (International Convention for Safe Containers) ISO container (International Standards Organization) to be procured by the Contractor and retained by the Army at final delivery point. The Contractor shall use palletized tri walls, and crates, as necessary to properly package, organize and safely protect all materials against damage and movement during shipment and to facilitate easy off loading at final destination. Electronic equipment shall be placed in vacuum sealed bags. Storage securement shall properly address possibilities of both vertical and horizontal movements during shipment. The Contractor shall properly mark the container and boxes as required by all local, state, federal and international shipping regulations. The Contractor shall also ensure the equipment and materials being shipped are properly packaged for overseas shipping and meet all local, state, federal and international shipping guidelines. In addition, the Contractor is fully responsible for coordination of shipping and inspections for undamaged delivery to final destination. Any damaged parts will be identified by the Government representative in Kuwait, and any parts replacement, handling and shipping costs shall be the responsibility of the Contractor. The Contractor shall provide the shipping information including the tracking number to the Volpe Center COTR at the time the parts leave the Contractor!|s warehouse for shipping to its final destination. 3.0 Expressed Warranty. The Contractor shall provide expressed warranties on all parts from the manufacturers. 4.0 Government Furnished Equipment. There is no government furnished equipment. 5.0 Deliverable Schedule. No Later Then 120 days after award. 6.0 Reports/Meetings. The Contractor shall participate in a weekly update via a conference call to discuss progress, any issues, and resolutions with the Volpe Center COTR and Army. 7.0 Final Work Acceptance. Final work acceptance by the Government shall be based on compliance with this Statement of Work, including Attachment 1 and undamaged deliveries of all equipment/parts at the final destination delivery of container in Kuwait. Solicitation provision FAR 52.212-1, Instruction of Offerors-Commercial Items (JUN 2008) is hereby incorporated by reference; the offer must include a copy of the standard commercial warranty per FAR Clause 52.212-1(b) (5), Terms of any Express Warranty. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2008) must be submitted with the offer. FAR Clause 52.212-4, Contract Terms and Conditions !V Commercial Items (FEB 2007), is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY2008), is hereby incorporated by reference, additional clauses cited in 52.212-5 that apply to this acquisition are: 1, 7, 11, 14, 16, 17,22, 24, 30,and, 34. Offer is due to the U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Guy Hillman, RTV-6D2, 55 Broadway, Building 1, Room 1140, Cambridge, MA 02142 no later than 2:00 P.M. EST on July 2, 2008. The Government will not pay for any information received. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Any document(s) related to this procurement will be available on the Internet; these documents will be available on a WWW server, which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Management Division home page is: http://www.volpe.dot.gov/procure/index.html. Telephone request will not be honored. For information concerning the acquisition, contact the contracting official above.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=24f5482408881630b2bd507eb58daeee&tab=core&_cview=1)
- Record
- SN01599243-W 20080625/080623220251-4c0fe15ece0bdcbea9b7a55fd9ef67aa (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 |