Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2013 FBO #4270
SOURCES SOUGHT

37 -- Mobile Modified Atmosphere Killing (MAK) Trailer. - MAK trailer final report

Notice Date
8/1/2013
 
Notice Type
Sources Sought
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-13-0131
 
Point of Contact
Leigh D. Eberhart, Phone: 6123363206
 
E-Mail Address
Leigh.D.Eberhart@aphis.usda.gov
(Leigh.D.Eberhart@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
MAK trailer final report Title: Mobile Modified Atmosphere Killing (MAK) Trailer. REQUIREMENT: CONTRACT OBJECTIVES The NVS seeks a contract to purchase 12 Mobile MAK trailer for the depopulation of poultry in response to an animal health emergency such as a catastrophic infectious poultry disease. The MAK trailer must be capable of accommodating at least 550 broilers (29 days of age) or the equivalent number thereof of other commercial poultry species (e.g. 75 turkey hens; 425 caged layer hens; etc.) to allow depopulation of most small flocks by one unit in a single visit. The euthanizing chamber must be of a dynamic loading design (i.e. not an "all-in"/"all out" arrangement) and the CO2 concentration must be maintained automatically at a constant concentration range. GENERAL EQUIPMENT SPECIFICATIONS The Mobile Modified Atmosphere Killing (MAK) trailer includes the following components: • Hydraulic dump trailer • Gas control system • Euthanizing chamber capable of withstanding harsh disinfectants The hydraulic dump trailer must have the following features: • Capable of being towed by a standard ½ ton truck • Be road worthy and stable at highway speeds • Have a capacity to transport at least [3] 50lb CO2 cylinders; • Possess a gas control system designed to maintain a steady-state CO2 concentration; • Be equipped with a euthanizing chamber capable of accommodating a load of at least 550 broilers (29 days of age) and capable of withstanding treatment with harsh disinfectants; • Possess a disinfectant tank capable of holding sufficient fluid to disinfect the trailer components and wand equipped an adjustable stream spray nozzle • Be equipped with a gasoline-powered generator of sufficient power to operate all components of the unit including the gas control system. • Possess an hydraulically driven lift for the euthanizing chamber used to unload carcasses from the chamber The gas control system must have the following features: • A tank manifold system capable of accommodating at least 3 CO2 50lb cylinders fitted with stainless steel braided hoses • A pressure reducing regulator • Programmable logic controlled electronic valves • Automated control of CO2 concentration in the euthanizing chamber that is capable of maintaining a constant concentration of CO2 within the chamber of minimally 50%,but not to exceed 60%. It is understandable that there will be some downward deviation from the 50% minimum during loading, but the rebound rate to 50% CO2 concentration after the loading process must be acceptably rapid as to not prolong or interfere with the intoxication event • A feedback sensor capable of measuring a CO2 concentration range from 0-100% • Manual override of gas control in case of sensor failure • Audible and visual alarm(s) for low cylinder pressure • Audible and visual alarm(s) for alerting the operator that the CO2 concentration has fallen below the target performance range in the euthanizing chamber • Cylinder heaters for proper vaporization of the CO2 gas • An in-Line heater of sufficient power to prevent freezing of gas lines • All electronic controls mounted in a National Electrical Manufacturer's Association (NEMA) 4X enclosure for outdoor use The euthanizing chamber must have the following features: • Constructed of a sufficiently durable gauge of stainless steel to withstand the rigors of repeated operation and harsh disinfectants • Be of an air-tight design to optimize operator safety • Sufficiently large viewing ports for observation of birds during operation • An adequate number of spring-loaded and gasket equipped loading doors ergonomically positioned on the chamber to ensure facile loading and unloading of the birds by average personnel and preventing escape of the birds • The stun/kill rate must correspond to or exceed an acceptable loading rate to avoid conscious birds being overlain by others being loaded into the chamber after them. This may be compensated for by either multiple ports or some other approach that allows the entire floor space of the euthanizing chamber to be maximized • A single set of doors on the backside of the chamber used for hydraulic unloading of birds • At a minimum, the chamber must be capable of accommodating at least 550 broilers (29 days of age) or the equivalent number thereof of other commercial poultry species (e.g. 75 turkey hens; 425 caged layer hens; etc.) First Article Testing and Approval The vendor shall conduct a first article test to determine the operational effectiveness and suitability under realistic operational conditions. The characteristics/requirements that the first article must meet are specified in this SOW. (first article commonly referred to as production-representative or prototype) The Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following disapproval. The Contractor shall furnish any additional first article under the terms and conditions and within the time specified by the Government. A notice of disapproval shall cite reasons for the disapproval. The Contractor shall provide the Government any and all (Draft) technical manuals for review at the start of the first article test. Within 10 days after the contractor has been notified the first article has been approved, the contractor shall provide a delivery schedule for remaining systems at the location prescribed by the government. The Contracting Officer shall notify the Contractor, in writing, notifying the contractor to proceed in full-rate production. If the Contractor fails to provide any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. Hardware and software alterations that materially change system performance, including system upgrades and changes to correct deficiencies, shall undergo further testing and evaluation and must be accepted by the government. USER Acceptance Test (OPTIONAL) The government has the option to conduct a user acceptance test, if applicable. Typical users shall operate and maintain the system or item under conditions simulating realistic operational conditions. TRAINING Upon delivery of the first unit, on-site training that describes the procedures for the inspection, scheduled maintenance, set-up, operation, assembly, disassembly, maintenance, storage, transportation, and cleaning of the MAK Trailer must be conducted. The one day training event will be coordinated between the contractor and the COTR. Provide an agenda prior to conducting training. The specific location and number of trainees will be determined prior to the training event. Provide training aids, common and special tools, and technical literature to each student. Equip personnel with necessary skills to diagnose, fix, and restore system on-site as well as deployed. TRAINING SUPPORT Provide a video/CD/DVD that describes the safe operation, maintenance, assembly, dis-assembly, cleaning, storage, and transportation of the MAK Trailer. The NVS intend to post the CD/DVD on its website for viewing by its Stakeholders. Collaborate with the NVS on the need to develop any additional training products such as a leave-behind training support package or training CD/DVD. The leave behind package should contain sufficient material to sustain operator proficiency. TECHNICAL MANUAL/OPERATORS GUIDE Provide a copy of all technical manuals/documentation regarding inspection, scheduled maintenance, assembly, disassembly, operation, transportation, storage, and cleaning. WARRANTY Provide one year replacement at no cost to the Government on parts and units. Repair Parts and Special Tools (RPSTL) Identify and provide any special support equipment / Special Test Equipment (SE / STE). Provide contingency operations repair parts list designed to support field level (on-site) maintenance during a deployment. Provide updates to the list with engineering changes and safety issues as applicable. The range and quantity of spare parts contained within this list shall be based on historical demands and customer specific knowledge of individual system. Provide and conduct periodic reviews of this list to ensure the correct "mix" of spare parts is available to support the system and/or deployment scenario. Delivery of spare parts and special tools will be at time of receipt of the units. DELIVERY Contractor is responsible for delivery, off-loading, set-up of each unit, to include any hardware/components; if applicable, at delivery location. Contractor must arrange to have equipment offloaded at delivery location. Delivery address: USDA APHIS VS 1500 East Bannister Road Bldg. 41 Kansas City, MO 64131 POC: Dana Vrooman Phone: 301-789-3158 PAST PERFORMANCE Preferred: References indicating relevant customers including federal, state, or local contracts. Government Contacts: please do not contact the Government contacts for questions please direct them to Leigh Eberhart Contracting Officer at 612-336-3206 Interested manufactures should send a statement of capabilities, your DUNS and TIN numbers via email to Leigh Eberhart at Leigh.D.Eberhart@aphis.usda.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-S-13-0131/listing.html)
 
Record
SN03134177-W 20130803/130801235443-33693b699477d21a9aa39f9b624e7947 (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.