Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
SOLICITATION NOTICE

42 -- Tri-Max 30 System and equipment

Notice Date
8/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ08R0055
 
Response Due
8/28/2008
 
Archive Date
10/27/2008
 
Point of Contact
franklinaw, 719-526-0813<br />
 
Small Business Set-Aside
Total Small Business
 
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. Fort Carson intends to award a Firm-Fixed-Price Contract for Tri-Max 30 System and equipment brand name or equal. The North American Industrial Classification System (NAICS) code for this procurement is 339999. This requirement is set aside 100% for Small Businesses. This solicitation will end on 28 August 2008, 8:00 a.m. Mountain Time. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN 0001Tri-Max 30 Wheeled CAF System (TM-30) Qty 30 - Cold compressed air foam fire extinguisher system must be UL rated, certified, and labeled in accordance with Army Regulations 2534: all fire extinguishers will be Underwriters Laboratories (UL) listed or Factory Mutual (FM) approved. VOLUME OF FOAM: 50 ft. of 1 rubber discharge hose (booster hose); expansion ratio from 5:1 to 20:1 or more. Fire extinguisher MUST be able to produce up to 20:1 expansion ratio and convert 29 gallons of water and 1 gallon of 3% AFFF foam mixture into 600 gallons of finished AFFF foam. A minimum discharge range of 75 feet from the nozzle held by the operator of the fire extinguisher. The unit shall be capable of discharging up to 600 gpm of finished foam product. Duration time shall be from 1.5 to 6 minutes depending on discharge rate. Foam coverage distance shall be 75 ft. or more. TWO AIR BOTTLES: Two (2) 80 cu. Ft. 4,000 psi Scuba air cylinders required. One (1) air cylinder shall be capable of discharging the full agent tank at normal blend-air settings. This allows rapid refills of fire extinguisher and provides redundancy in the event of leakage or failure of air bottle. The agent tank shall hold 30 gallons of pre-mix foam agent and shall be manufactured in accordance with ASME standards. The tank fill shall include a fill funnel plus a garden hose adaptor to facilitate easy foam and water filling. The tank shall be coated with an epoxy polyurethane red paint. TRANSPORT FRAME: Tubular steel framework (CG low enough to prevent roll-over), must support the agent tank, 2 high pressure air vessels and the discharge hose. Must have a roll-bar design to protect the components from accidental damage. Unit must have two large pneumatic tires plus two swivel wheels. A built in tow bar shall allow horizontal towing and maneuvering at the fire scene by the user, as well as allowing it to be wheeled and positioned vertically. The frame and roll bar shall be coated with an epoxy polyurethane yellow paint. WARRANTY: Manufacturer must provide 2 year warranty, or 5 year warranty when protective cover installed while not in use, plus offer an annually renewable maintenance service contract option. A factory technician must be provided at no additional cost to the government to help buyer service new systems in addition to providing user and maintenance classes on-site. Brand name or equal. CLIN 0002 Tri-Max 30 Wheeled CAF Protective Covers TM-30PC Qty. 30 - Heavy duty vinyl protective covers come off quickly when the snaps are released, but will not blow off in the hurricane winds produced by a CH-47 Chinook helicopter hovering over the top of it, so there is no FOD hazard. Use of the protective cover extends 2-year warranty of the fire extinguisher to 5 years. Brand name or equal. CLIN 0003 FA-SCUBA Pressure Tester-Filler Qty. 1 - Durable device used to test the pressure of the air bottles as required and also used as an adapter to fill the air bottles. Brand name or equal. CLIN 0004 ESF Extreme Foam (5Gal) Qty. 240 - Cold Weather AFFF Foam protected to minus 20 degrees Fahrenheit. Viscosity 1.166 cps at 70oF. Specific Gravity 1.02. pH 7.25. Freeze Point -20oF. Color: Translucent light brown. Storage range -20oF to 140oF. Should be applied at a rate of.26 gallons per square foot. Product can be used in very cold conditions to 20o F. Suitable for liquid hydrocarbon fires and all Class A fires. Aspirated or non-aspirated nozzles can be used. Compatible with most portable foam extinguishers, CAF Systems, and auto-suppression units. Brand name or equal. The following provisions and clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.211-6 (Brand Name or Equal), 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items), 52.233-2 (Service of Protest), 252.209-7001 (Disclosure of Ownership or Control by Terrorist Country), 252.209-7002 (Disclosure of Ownership by a Foreign Government) Clauses: 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.219-6 (Notice of Total Small Business Set Aside), 52.219-8 (Small Business Concerns), 52.219-14 (Limitations on Subcontracting), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-19 (Child Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-35 (Equal Opportunity for Special Disabled Veterans), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-37 (Employment Reports on Special Disabled Veterans), 52.222-50 (Combat Trafficking in Persons), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) or 52.232-36 (Payment by Third Party), 52.233-3 (Protest After Award), 52.233-4 (Applicable Law for Breach of Contract Claims), 52.247-34 FOB Destination, 52.252-2 (Clauses Incorporated by Reference), 252.209-7004 (Subcontracting with Firms that are Owned or Controlled by a Foreign Country), 252.211-7003 Item Identification and Valuation), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.232-7003 (Electronic Submission of Payment Requests), 252.247-7024 (Sea Transportation) The Government will award a purchase order resulting from this solicitation to the responsive responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical, and delivery date. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All responses must be received by 8:00 a.m. Mountain Time on 28 August 2008. Quotes can be faxed to (719) 526-4490 attn: Amy Franklin, or e-mailed to amy.w.franklin@us.army.mil. An official authorized to bind your company shall sign the quote. If the Contractor is quoting an equal item, all specifications shall be submitted with the quote. Questions concerning this solicitation should be addressed to Amy Franklin, Contracting Officer, and e-mailed to amy.w.franklin@us.army.mil, all questions or inquires must be submitted in writing no later than 21 August 2008, 10:00 a.m. Mountain Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b7d0b31e813151636e8b8850f3964bd4&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01643618-W 20080820/080818221417-b7d0b31e813151636e8b8850f3964bd4 (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.