Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
SOLICITATION NOTICE

42 -- Remanufacture/upgrade Government-owned OshKosh P-19 Aircraft Rescue Firefighting (ARFF) Apparatus

Notice Date
8/22/2008
 
Notice Type
Presolicitation
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Polk, ACA, Fort Polk, Directorate of Contracting, PO Drawer 3918, Fort Polk, LA 71459-5000
 
ZIP Code
71459-5000
 
Solicitation Number
W9124E-08-Q-0106
 
Response Due
8/25/2008
 
Archive Date
10/24/2008
 
Point of Contact
Terri Jeane, (337) 531-2135<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Fort Polk, LA seeks small business sources to provide the refurbishing or remanufacturing of Aircraft Rescue Firefighting (ARFF) Vehicle. Refurbish of this vehicle shall be executed as described in the below. Remanufacture/upgrade Ft. Polk supplied OshKosh P-19 Aircraft Rescue Firefighting (ARFF) Apparatus with the following work; Completely disassemble the entire vehicle and drive train and inspect for cracks and wear throughout the entire drive train, frame and body to include but not limit to the chassis, suspension, front and rear differentials, brake system, air system, firefighting systems, fuel system, electrical system, exhaust system, roof turret, hose reels, fire pump and piping, foam system, engine, transmission, power divider, radiator, upgrade air conditioning system, winterization system, all hoses, belts, weather striping/moldings, compartments and all door hinges and will repair or replace as required. Install new: Four (4) new Michelin tires (or approved equivalent) mounted on new or refurbished wheels painted the same as the apparatus, LED red flashing warning lights 2 per side (8 total) no higher than 48 inches from ground level, a 360 degree roof mounted LED or Strobe red warning device(s), new 200 watt siren with low mounted speaker, 250 GPM/7 PPM PKW dry chemical dual agent Williams Fire Control bumper mounted turret, 110 volt on board air compressor with service (female quick) air connector in compartment in addition to an 110 volt outlet in the cab and an 110 volt auto disconnect at the rear of the apparatus, dry chemical PKW system to include tank, hoses, nozzle, additional piping and cab controls for dual agent bumper turret, replace all incandescent lights throughout (including service, marker, compartment and courtesy lights) with LED lighting, add perimeter (360 degree) underneath lighting activated when the parking brake is set, add auto throttle/flow activated control for firefighting system, add 150 foot 1 3/4 inch fire attack line in existing compartment with roll out aluminum tray and automatic charge solenoid system capable of 125 GPM @100 psi at nozzle water/foam, one (1) Akron Commando 125 gpm/100 psi fixed rate nozzle, add new electric water and foam level gauges on both sides of the apparatus and in the cab (6 total) add forward looking infrared (FLIR) camera and high intensity light mounted on roof turret, protective covering/lining in all compartments (6 sides and trays) and interior cab floor and cab back shelf, Duo Safety roof mounted fire service rated 16 foot combination a frame / extension ladder, Paratech penetrating nozzle/forcible entry tool kit with slide hammer, additional scene 12 volt HID lighting will be provided on the front of the apparatus (2) and on each side (4 total). Cab will accommodate two (2) SCBA integrated seats (Scott 4500 psi/45 minute composite bottles) and one (1) driver air ride suspended seat. One (1) fold up seat will be recovered and repaired as required to complete the 4 person cab seating requirement (if room permits). The apparatus electrical system will be changed from 24 volt to 12 volt with an on board (mounted) battery conditioner wired into the 110 volt shore line. All seat belts will be replaced with 3 point shoulder harness type and will be red in color. Electrical provisions to mount and power two (2) 12 negative ground mobile radios will be designed / provided in the cab in a location that the driver and the passenger to the drivers right side will be accessible. Two (2) additional 12 volt accessory plugs for charging a radio or cell phone and a 110 volt duplex receptacle will be located in the cab as well. Apparatus will be painted red in color (Fire Truck Red) with a white cab; two coats of automotive epoxy primer shall be applied prior to final paint finish. The paint color scheme shall be the U.S. Air Force white cab roof over red. The lettering will be white reflective number 3 being placed on 5 sides (front, back, sides and top) measuring 24 inches (except for the front due to space restrictions) and white reflective 6 inch (minimum) lettering Fort Polk Fire and Emergency Services on both sides of the apparatus. Also, a 4 inch (minimum) reflective strip 360 degrees around the apparatus will be required. This is not a solicitation. It is only a presolicitation and this notice does not guarantee that a solicitation will be posted in the future. Information obtained as a result of this notice will be used in completion of market research to determine the level of interest, particularly small business interest in the reburbishing of the rescue vehicle for Fort Polk, LA. If decision to advertise, the solicitation will be posted on ASFI on or about August 26, 2008. The following information should be submitted with each response: (1) Name, address of company, point of contact, and phone number (2) Small Business declaration statement (if applicable) as defined by the Small Business Administration, (3) Central Contractor Registration (www.bpn.gov) and Online Representations and Certifications Application (orca.bpn.gov) proof of registration or statement of intent to register. (4) A list of references where the company has performed similar or relevant services. (5) Provide an approximate performance time for one vehicle. All interested parties should email responses to terri.jeane@us.army.mil no later than 9:00 a.m. (CST) 25 Aug 2008. Please be advised that this information is purely for market research.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b0b57a0e4e1cd4034d013cb5c051a203&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Polk Directorate of Contracting, PO Drawer 3918 Fort Polk LA<br />
Zip Code: 71459-5000<br />
 
Record
SN01649085-W 20080824/080822223523-b0b57a0e4e1cd4034d013cb5c051a203 (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.