Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

J -- Fire Engine Refurbishment

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811198 — All Other Automotive Repair and Maintenance
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-09-T-0334
 
Response Due
9/4/2009
 
Archive Date
11/3/2009
 
Point of Contact
Lisa Benjamin, 719-526-2416
 
E-Mail Address
ACA, Fort Carson
(lisa.benjamin@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format contained in FAR Subpart 12.6. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. A QUOTE IS REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Quotes shall reference Request for Quotes (RFQ) number W911RZ-09-T-0334. This announcement incorporates provisions and clauses in effect through Federal Acquisition Circular 05-35. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. Fort Carson intends to award a firm-fixed-price contract for Fire Engine Refurbishment. This requirement is being solicited as a 100% small business set aside. The NAICS code for this procurement is 811198 with a small business size standard of $7.0M. Quotes shall include pricing of: CLIN 0001; Repairs for fire pumper as reflected in the enclosed SOW and slide presentation; 1 lump sum CLIN 0002; Transportation Cost Shipping/Pick /Delivery; 1 ea CLIN 0003; Contracting Manpower - In accordance with item 10 in the attached SOW; 1 ea STATEMENT OF WORK FOR ENGINE 31 REFURBISHMENT 1. Quality and Workmanship: The work involved with this requirement shall cover the rehabilitation and repair of the complete firefighting apparatus. The design of the apparatus shall embody the latest approved automotive engineering practices and applicable National Fire Protection Association (NFPA) standards. The workmanship shall be of the highest quality in its respective field. To meet the needs of this specialized firefighting apparatus as a total integrated system, the work shall be done at a single location by a recognized fire apparatus manufacture. Special consideration shall be given to the following points: Construction shall be rugged and ample safety factors shall be provided. Welding shall not be employed in the assembly of the apparatus in a manner that shall prevent the ready removal of any component part for service or repair. All aluminum welding shall follow American Welding Society and American National Standards Institute (ANSI) D1.2-2003 requirements for structural welding of aluminum. All sheet metal welding shall follow American Welding Society B2.1-2000 requirements for structural welding of sheet metal. Flux core arc welding to use alloy rods, type 7000, American Welding Society standards A5.20-E70T1. All items specified here-in are brand name or equivalent unless otherwise noted. 2. Pick-Up and Delivery: The service provider shall make arrangements for shipping the fire department's existing truck to its facility, completing the repairs and shipping the refurbished truck back to the fire department after completion. Shipment in both directions shall be via flatbed truck and not driven over the road under the vehicle's own power unless round trip mileage is less than 300 miles. 3. CAB: Replace all listed lights with clear lens, colored light LEDs. Utilize existing body mounted light bezels on vehicle. When replacing existing under-body mounted warning lights, relocate into a more safe/secure location. Provide seal and body work for old unused holes. All lighting on vehicle shall conform to appropriate Department of Transportation and NFPA standards. The following changes are required: a. Replace all perimeter ground lights with clear LED. b. Replace all stop, tail, turn, step, and clearance lights. Front and rear bezels used with new LED Whelen 600 series inserts (turn signals to be arrow shape LED amber lamps). c. Replace all upper and lower level warning light systems. LED light color will alternate blue and red on body. d. Replace all light covers for scene lights currently mounted on vehicle body. e. Replace Whelen edge 72 inches or equivalent warning light (cab roof). Clear lens, eight double forward facing heads with four corner double heads. Red and blue LED. f. The light bar and all warning devices shall be controlled by a lit switch panel in the cab instrument panel. All associated electrical wiring shall be inspected and tested (repaired or replaced as required). Electrical load manager will be tested. Shall meet the NFPA requirements, the clear pods shall be disabled when the parking brake is set. g. Replace all six seats with HO Bostrom or equivalent, grey in color. All seats with exception of drivers seat shall include secure Self Contained Breathing Apparatus mounting and cavity cover. h. Replace all seatbelts. New seatbelts shall be red in color. i. Detail cab and polish wheels, chrome, and diamond plate. j. Add reflective chevron striping inside crew doors on diamond plates. Area is approximately 30 inch x 26 inch on all four doors. k. Install a custom (built to fit) aluminum Emergency Medical Services cabinet between two rear facing seats. Finish matching other surfaces in the cab or diamond plate. Include a rollup door and electrical outlets for charging equipment. Empty space is 36 inch W, 24 inch H, 12 inch D. Rollup door shall be same make/model as new doors installed on exterior of vehicle. l. Add light tower to top of cab. Command Light Knight or equivalent. 6 light x 110 watt, articulating light with 360 degree movement. Must be able to overhang side of vehicle. Remote tower controls with 15 foot cable and one touch auto stow. m. Install four (4) secure helmet hooks. Install two (2) in front cab area, and two (2) in rear crew area. n. Replace radio/CD player. Must have auxiliary, USB and compact disc capability. o. Replace all rubber weather seals in cab as needed (doors, windows, etc.). 4. Pump Panel: a. Access door to foam filter shall be installed on drivers side at pump panel for user maintenance. b. Replace all labels as needed. New labels shall match existing labels. c. Calibrate and replace gauges as needed. Replacement gauges shall match existing Class One gauges. 5. Body: a. Replace all rollup doors. The doors shall be double faced aluminum construction manufactured by A&A Manufacturing (Gortite) or equivalent. Replace all door switches, which activate compartment lighting and door ajar warning in cab. b. Install strip lighting. (Knight Stik), or equivalent in all compartment door tracks. c. Install a top access cabinet above passenger side compartment. Cabinet shall be constructed of diamond plate and match existing diamond plate on vehicle. Shall be weather tight and size that is maximum for space available over high-side compartments. d. Replace hose bed cover struts. Newly installed struts shall have a minimum rating of 250lbs with lock open position. e. Enclose the forward end of the ladder compartment within the pump compartment to protect the ladders from road grime and weather. See slides. f. Install electrical outlets (115v wired to the shore line) in the medical compartment (front right compartment) g. Install Pre-connect nozzle holder on passenger side. Zico Model NBM-2 or equivalent. h. PAK or equivalent equipment mounting system. (1) PAK trac entire left wheel well compartment; 28 inch H, 56 inch W, 24 inch D. (2) PAK trac back wall or right wheel well compartment; 28 inch H, 56 inch W. (3) PAK trac mounts and fasteners; P/N 1012, 1011, 1004 x8, K5003, 2073, 2074, 1070 x4. (4) Twelve (12)inch unistrut on each sidewall of passenger side tool compartment to mount extinguishers. Two each----P/N 1006-1 (Track), P/N K5006 (extinguisher bottom). i. Install monitor mount in rear compartment. Akron Mercury AW470 or equivalent. j. Install and wire (brow light). Havis shield or equivalent, low amp draw (12v). 6. Pump: Re-locate foam drains to pump panel area. Drains are currently located on bottom of vehicle. Replace valves as necessary. 7. Miscellaneous: a. Check all electrical systems and harnesses, fix, replace and update all electrical as necessary. Test and verify NFPA load and systems test of electrical systems. b. Mount hose roller bracket. Bracket will be provided by Fort Carson Fire Emergency Services (FCFES). c. Install red and white reflective chevron striping on rear end of vehicle to comply with newest NFPA standards. d. Replace all cab door latches. e. Repair/Replace all window mechanisms as needed. f. Replace all latches on pump access panel and ladder access (four (4) total). g. Install a specification label inside cab near drivers seat. Include: height, weight, width, and length. h. Relocate existing electrical cord reel to a different location on vehicle to maximize space available in apparatus compartments. i. Provide NFPA compliant pump test to insure all gauges, valves and modifications to fire pump systems are complete. Provide pump test certification. 8. Accident repairs needed: a. Straighten rear bumper hinge, replace rub rail. b. Cut out damaged structure in rear, replace with new. c. Set up push and pull left side and rear. d. Cut out rear compartment floor and replace. e. Cut out L rear compartment damage and replace. f. Splice in new LR body panel. g. Splice in new LR fender rear sill section. h. Cut out LR fender tread brite and fender liner. i. Repair all body cracks from accident. j. Cut our RR fender liner, weld in new. k. Complete body work for accident repairs. 9. Paint: a. Paint will match current themes on FCFES vehicles to include color, decals, gold leaf lettering, and reflective striping. (see attached photos in slides) b. The cab and body shall be two-tone, with the upper section painted white, Dupont #508U (or equal) along with a shield design on the cab face. The lower section of the cab and the entire body exterior shall be painted candy apple red, Dupont #97902UM or equal. c. The exterior custom cab and body painting procedure shall consist of a six (6) step finishing process as follows: (1) Manual Surface Preparation - All exposed metal surfaces on the custom cab and body shall be thoroughly cleaned and prepared for painting. Surfaces that shall not be painted include all chrome plated, polished stainless steel, anodized aluminum and bright aluminum treadplate. Each imperfection on the exterior metal surface shall be removed or filled and then sanded smooth for a smooth appearance. All seams shall be sealed before painting. (2) Chemical Cleaning and Treatment - The metal surfaces shall be properly cleaned using a high pressure and high temperature acid etching system. Surfaces are chemically cleaned to remove all dirt, oil, grease and metal oxides to ensure the subsequent coatings bond well. An ultra pure water final rinse shall be applied to all metal surfaces, excluding undercarriage components, at the conclusion of the metal treatment process. (3) Primer/Surfacer Coats - A two (2) component urethane primer/surfacer shall be hand applied to the chemically treated metal surfaces to provide a strong corrosion protective base coat and to smooth out the surface. (4) Hand Sanding - The primer/surfacer coat shall be lightly sanded to an ultra smooth finish. (5) Sealer Primer Coat - A two (2) component sealer primer coat shall be applied over the sanded primer. (6) Topcoat Paint - Two (2) coats of an automotive grade, two (2) component acrylic urethane paint, shall also be applied. (7) All removable items such as brackets, compartment doors, door hinges, trim, etc. shall be removed and painted separately to insure paint behind all mounted items. Body assemblies that cannot be finish painted after assembly shall be finish painted before assembly. 10. Contracting Manpower Reporting: a. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address Https://contractormanpower.army.pentagon.mil. b. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). c. As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. End of SOW. FOB Destination Period of Performance for completed repairs: 20 Sep 09 20 Jan 10 CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) clauses are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil; 52.204-7 Central Contractor Registration (Apr 2008); 52.212 -4 Contract Terms and Conditions-Commercial Items (Feb 2007); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Dec 2008); 52.219-6 Notice of Total Small Business Set Aside (Jun 2003); 52.219-8 Utilization of Small Business Concerns (May 2004); 52,219-14, Limitations on Subcontracting (Dec 1996); 52.219-28 Post-Award Small Business Program Representation (Jun 2007); 52.222-3, Convict Labor (June 2003) (E.O. 11246); 52.222-19, Child Labor (Feb 2008); 52.222-20 Walsh-Healey Public Contracts Act (Dec 1996); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar, 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.223-14 Toxic Chemical Releasing (Aug 2003); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C 3332); 52.245-1 Government Property (Jun 2007); 52.247-34, F.O.B. Destination (Nov 1991); 52.252-2 Solicitation Provisions Incorporated by Reference (Feb 1998); 252.201-7000 Contracting Officers Representative (Dec 1991); 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of Terrorist Country (Dec 2006); 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items (Jan 2009), with the clauses 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005); 252.225-7012 Preference for Certain Domestic Commodities (Mar 2008); and 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). PROVISIONS INCORPORATED BY REFERENCE: Offerors shall comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items. FAR 52.212-1 is supplemented per following addenda: Each prospective bidder shall provide a copy of their warranty with their proposal package. Minimum of a one year warranty on all parts is required. 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. The contractor shall provide in writing a signed copy of the Buy American Act Certificate located at 252.225-7000 Buy American Act--Balance of Payments Program Certificate. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a purchase order resulting from this solicitation to the 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 offer: price and the ability to deliver within period of performance timeframe of 20 Sep 09 20 Jan 10. Offers will be evaluated on a pass or fail basis to determine whether the proposed bunker gear meets the salient physical, functional, or performance characteristics identified in the CLINs. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable. 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. The provision at 52.212-3, Offerors Representations and Certifications Commercial Items. (Jun 2008) applies to this acquisition. A completed copy shall be submitted with your quote or completed online at the ORCA website. Additionally provisions by reference; 52.211-6 Brand Name or Equal (Aug 1999); 52.223-13 Certification of Toxic Chemical Releasing (Aug 2003); 52.233-2 Service of Protest (Sep 2006); and 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) All questions shall be submitted in writing to Lisa Benjamin, Contract Specialist, at lisa.benjamin@us.army.mil by 2 Sep 09, no later than 1:00 p.m. MT. No phone calls will be accepted. Quotes shall be received via email at lisa.benjamin@us.army.mil or fax 719-526-6622, no later than 12:00 PM. MT, 4 Sep 09. Late quotes will be processed in accordance with FAR 52.212-1. An official authorized to bind your company must sign the quote. All quotes shall reference and acknowledge all modifications posted to this solicitation, if applicable. Any amendments that may be issued will be published via the Federal business Opportunities website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ13/W911RZ-09-T-0334/listing.html)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN01931915-W 20090830/090829004224-a8b42877dc7d6343e4c45c00102ece11 (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.