MODIFICATION
K -- CONVERT/MODIFY OXYGEN/ HP AIR TRAILERS
- Notice Date
- 5/26/2011
- Notice Type
- Modification/Amendment
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-11-T-0125
- Archive Date
- 5/25/2011
- Point of Contact
- Tina Ford, Phone: 757-893-2865
- E-Mail Address
-
tina.ford@vb.socom.mil
(tina.ford@vb.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation 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. This solicitation is issued as a Request for Quote (RFQ); solicitation number is H92244-11-T-0125 and a firm fixed price contract is contemplated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51 effective 01 April 2011. This procurement is 100 % small business set aside and the associated North American Industrial Classification Code (NAICS) is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-S10. All responsible sources may submit a quote which shall be considered by the agency. Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B: Schedule of Supplies/Services: CLIN 0001 CONVERT/MODIFY (2) OXYGEN TORCH TRAILERS AS SHOWN IN STATEMENT OF WORK CLIN 0002 CONVERT/MODIFY (1) HIGH PRESSURE AIR TRAILER AS SHOWN IN STATEMENT OF WORK A site survey will be conducted on Site located on Dam Neck, Virginia Beach, Virginia on Thursday, June 2, 2011 at 10:00 AM EST. Due to time constraints the site visit will only be held for contractors who arrive precisely at 10:00 AM EST to the NSWDG Visitor Center. There will not be another opportunity to view the site. Visitors will have to travel to the Oceana Pass and ID office in order to get their passes. Directions and procedures will be provided once the vendor has submitted the below information. Visitors must submit their name, company name, social security number, date of birth, place of birth, country of citizenship, name of business, make/model/year/color/state of vehicle registration/license plate information, number of vehicles by no later than Wednesday 01 June, 2011 at 10:00 AM EST to Tina Ford via email only at tina.ford@vb.socom.mil. Please call 757-893-2865 to confirm receipt of your visitor request information. Requests received after the specified time cannot be processed due to security reasons. Section C: Statement of Work: Clin 1 & 2 A.1 INTRODUCTION This requirement IS for fabrication assembly and or upgrade / modification of the existing Breacher High Pressure (HP) air and exothermic oxygen cutting trailers. A.2 BACKGROUND NSWDG currently uses two types of ATV towable trailers; (HP) high pressure air trailer and oxygen torch trailer in support of Command requirements. • The HP air trailer is used to replenish the (SCBA) Self Contained Breathing Apparatus; the operator wears during training in confined spaces. The SCBA is a breathing medium and is utilized as a "SAFETY" device in confined spaces where the breathing air is UNSAFE due to the byproduct of combustible engines (carbon monoxide). • The oxygen trailer is utilized for exothermic cutting for ferrous and non-ferrous materials, were extensive amounts of oxygen is required to cut a multiple man sized openings to gain entry. A.3 SCOPE OF WORK The purpose is to upgrade / modify three existing breaching trailers (HP Air type trailer 1ea, and Oxygen type trailer 2ea.) to enhance the safety and reliability; meet mission requirements, and overall sustainment. SOW PART B WORK REQUIREMENTS B.1 NSWDG requires the vendor to personally inspect existing trailers to familiarize themselves with the job at hand. The primary purpose of this upgrade / modification is to enhance the safety and or copy existing trailer design to meet mission requirements. The trailers consist of 7 cylinders with gaseous air or oxygen, a manifold and valve assembly to control the flow from the cylinders to the work area. B.1.1 Breacher Oxygen Trailer #1 Build / Manufacture Trailer using parts and pieces of Existing Trailer. B.1.1.a Remove (3) cylinders and clean for oxygen use. B.1.1.b Add a single oxygen cylinder (1910 cu in) with CGA-540 On/Off Valve B.1.1c Replace (3) Air Valves with Oxygen Valves. B.1.1.d Replace (5) Air Hoses with oxygen hoses. B.1.1e. Design and Manufacture a "Cylinder Cradle System" to securely hold the cylinders during transportation. The On/Off Valves must be sealed from the elements while stored in the trailer. B.1.1.f Re-position (1) internal wall to match current trailer configuration. B.1.1.g Machine (7) aluminum oxygen valve plates with o-rings to duplicate current system B.1.1.h Replace Oxygen Reducer with venting regulator to eliminate current operational problems. B.1.1.i Provide 4" high pressure gage and 4" low pressure gage; calibrate (2) gages and (Oxygen Clean to Mil-Std 1330-D) B.1.1.j Provide panel mount male charging fitting for supplying oxygen to the 7 cylinders. (Oxygen clean to Mil-Std 1330-D) B.1.1.k Design and Manufacture the cover assembly for the trailer that will provide protection for the Oxygen Cylinders. The top must seal to the bottom component of the trailer and must be easily removed without special tools B.1.1.l Design and Manufacture the Oxygen Hose System. (Oxygen Clean to Mil-Std 1330 D) Install Dual Stainless Steel Hose Reels (Capable of 100' ½" OD Hose) with Heavy Duty Oxygen Hose (200' ½" OD Hose x ¼" ID PTFE Oxygen Hose) B.1.1.m Preserve and Paint in black B.1.1.n Replace the broken Tongue Jack B.1.1.o Provide Oxygen Safe Brass Sintered Inlet Filter. (Oxygen Safe Mil-Std 1330-D) B.1.1.p Powder coat valve handles green B.1.1.q Install a front access door on the front of the trailer to protect charging fittings, gages, and regulator. B.1.2 Breacher Oxygen Trailer #2 Modify Existing Trailer B.1.2.a Design and Manufacture the Oxygen Hose System. (Oxygen Clean to Mil-Std 1330 D) Install Dual Stainless Steel Hose Reels (Capable of 100' ½" OD Hose) with Heavy Duty Oxygen Hose (200' ½" OD Hose x ¼" ID PTFE Oxygen Hose) B.1.2.b Re-position and add internal walls to match current trailer. B.1.2.c Replace the broken Tongue Jack B.1.3 Breacher HP AIR Trailer #3 Build / Manufacture Trailer using parts and pieces of Existing Trailer. B.1.3.a Provide Seven (7) Carbon Fiber Cylinders with CGA 347 Fittings. (Clean to Mil-Std 1622-B) B.1.3.b Design and Manufacture the Air Hose System. (SCBA breathing air) B.1.3.c Design and Manufacture a "Cylinder Cradle System" to securely hold the cylinders during transportation. Machine plates from aluminum which secure the cylinder valves via O-Ring seal which will bolt to the trailer side The On/Off Valves must be sealed from the elements while stored in the trailer. B.1.3.d Manufacture internal walls to match current trailer. B.1.3.e Provide a High Flow Oxygen Balanced Regulator, Panel Mount 0-250 PSI. (Oxygen clean to Mil-Std 1622-B B.1.3.f Install Air Reducer Regulator with venting regulator B.1.3.g Provide Panel Mount Male Charging Fitting for supplying air to the 7 cylinders. (Cleaned to Mil- Std 1622-B) B.1.3.h Provide 4" high pressure Gage ( Oil Filled Cleaned to Mil-Std 1622-B) B.1.3.i Provide 4" low pressure Gage (Oil Filled, Cleaned to Mil- Std 1622-B) B.1.3.j Provide Sintered Inlet Filter. (Cleaned to Mil-Std 1622-B) B.1.3.k Install a front access door on the front of the trailer to protect charging fittings, gages, and regulator. B.1.3.l Design and Manufacture the cover assembly for the trailer that will provide protection for the air cylinders. The top must seal to the bottom component of the trailer and must be easily removed without special tools B.1.3.m Provide an On/Off Valve rated to 6000 PSI from the air storage to (5) Quick Connect high pressure Air Fittings (Female) which will provide high pressure air to (2) Hose Reel Systems which contain 100 ft of Heavy Duty, Air Hose rated to 6000 PSI. (Air Hose cleaned to Mil-Std 1622-B) B.1.3.n Powder coat Cylinder Handles valve handles BLACK B.1.3.o Preserve and Paint trailer in black B.1.3.p Replace Tongue Jack B.2 The contractor shall include in its quote concept drawings of the trailers, and a list of materials that will be used to meet this requirement SOW PART C- SUPPORTING INFORMATION C.1 PLACE OF PERFORMANCE Design, fabrication, and assembly shall be completed at the contractor's facility. Final delivery shall be to the Government's facility in the Dam Neck Annex of NAS Oceana, Virginia Beach, VA. C.2 PERIOD OF PERFORMANCE The period of performance for this contract shall be 90 days. C.3 SPECIAL CONSIDERATIONS C.3.1 Contractor-Furnished Materials The contractor shall furnish all material, equipment, and labor to design, fabricate, assemble, and deliver the trailers. C.3.2 Government-Furnished Material The Government will furnish the (3) ATV Trailers. Delivery 60-90 days ARO. Deliver to: 1636 Regulus Ave. Virginia Beach, VA 23461 CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jul 2004 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Apr 2008 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jun 2010 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Mar 2011 FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Jul 2010 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.222-99 Notification of Employee Rights Under the National Labor Relations Act (DEV) Jun 2010 FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving Sep 2010 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.232-36 Payment by Third Party Feb 2010 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984 Aug 1987 FAR 52.246-25 Limitation of Liability - Services) Feb 1997 FAR 52.247-29 F.o.b. Origin Feb 2006 FAR 52.247-34 FAR 52.249-8 F.o.b. Destination Default (Fixed Price Supply & Services) Nov 1991 Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Aug 2008 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2011 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec 2009 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Nov 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2009 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT: Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose 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 in the following order : Technical approach, past performance, price and delivery. Government will award this contract based on best value to the government. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (Apr 2011) - Alternate 1 Apr 2011 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (Apr 2011) - Alternate 1 Apr 2011 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Contractor shall provide concept drawings and written description of how proposal complies with all requirements specified in this solicitation. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Tina Ford, Contract Specialist; Email address: tina.ford@vb.socom.mil; phone (757) 893-2865; fax (757) 893-2957; mailing address: 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Point of contact for this procurement is Tina Ford at tina.ford@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by email at tina.ford@vb.socom.mil, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Tina Ford (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 10:00 a.m. Eastern Standard Time (EST) on Wednesday, 8 June, 2011. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offerer must be registered with the Central Contract Registration (CCR) to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-11-T-0125/listing.html)
- Place of Performance
- Address: VIRGINIA BEACH, Virginia, 23461, United States
- Zip Code: 23461
- Zip Code: 23461
- Record
- SN02457988-W 20110528/110526234822-4127598ea8e941781412335a86a2bdb4 (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 |