Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2015 FBO #4988
SOLICITATION NOTICE

42 -- CONFINED SPACE TRAINER - COMBINED SYNOPSIS/SOLICITATION

Notice Date
7/19/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Butler - Far East, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
 
ZIP Code
96379-2000
 
Solicitation Number
M67400-15-T-0106
 
Archive Date
8/13/2015
 
Point of Contact
Cassandra M. Garcia, Phone: 3126458697, Jose Gil, Phone: 3156458697
 
E-Mail Address
cassandra.garcia@usmc.mil, jose.a.gil@usmc.mil
(cassandra.garcia@usmc.mil, jose.a.gil@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COVERSHEET RFQ Currently funds are not available for this requirement. However, this solicitation is being generated to receive responses from Quoters so when funding is received, the contract award can be created immediately. Quoters shall hold prices for a period of 90 days or as indicated on the quote. This procurement is a Total Small Business Set-Aside. Only quotes submitted by Small Business concerns will be accepted by the Government. The NAICS code is 332311 and the size standard is 500 employees. Any quote that is submitted by a contractor that is not a small business concern and does not meet the size standard shall not be considered for award. This announcement constitutes the only solicitation. Therefore, quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-15-T-0106 applies and is issued as a Request for Quotation (RFQ). The Government is soliciting quotes for the purchase of a Confined Space Trainer. The Government intends on issuing a single order to the quoter that is the lowest price technically acceptable. The salient physical, functional, or performance characteristics are not intended to be restrictive, but represent the minimum requirements of the Government and must be met in order for any item to be acceptable for award by the Government. It is the quoter's responsibility to furnish sufficient information to the Government in order to determine acceptability of the quoted items. Therefore, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability. Quoters are instructed to completely fill out the attached coversheet and return it along with your quote. **Failure to provide the technical specifications, a drawing/layout of the system, and the required coversheet may result in your quote being considered non-responsive by the Government. ** All materials awarded under this contract are expected to be delivered 120 days after the award. The Government is requesting F.O.B. Destination, which means that all shipping costs should be inclusive of the total quoted amount. Delivery shall be made to: SW3225 XU DEF DIST DEPOT SAN JOAQUIN CCP WHSE 30 25600 SOUTH CHRISMAN RD TRACY CA 95376-5000 Questions regarding this requirement must be submitted to cassandra.garcia@usmc.mil NLT 1800 EST on 27 Jul 2015. Quoters shall submit their response to this RFQ via email to cassandra.garcia@usmc.mil or via fax to 011-81-611-745-0959 NLT 1800 EST on 29 Jul 2015. CLIN 0001: CONFINED SPACE TRAINER CONTAINER 1. Approximate (NEW) ISO Container Dimensions: 8' x 8.5' x 40' (8feet x 8.5ft x 40ft). ISO maximum tolerances for container dimensions shall be within 10mm (3/8") for container's width 8' x height 8'6" x length 40'. 2. Approximate Training Space: 760 Square feet; which shall include the interior and active roof top. 3. Preferred Material: 14 gauge corrugated corten steel with a continuous weld to the structural components. 4. Undercarriage should be constructed of a 5.75" x.125" (5.75in x.125in) channel with a weather resistant coating. 5. All interior and exterior surfaces shall be primed and painted (RED) with an industrial grade rust resistant coating. 6. The trainer shall include a submarine style ladder fabricated to the side of the trainer, providing a low-profile for safety. 7. The System shall have cargo doors at one end of the trainer for additional access. 8. The trainer shall have a Personnel Door. Approximate dimensions 3' x 6'8" (3ft x 6ft 8in) -The Personnel Door shall be built into the side to serve as a main point of entry 9. The trainer shall have a non-slip working surface -Preferred Material: 1" x 1/8" bar grating welded to the roof-top surface. -A drainage system shall be included to alleviate any standing water. 10. One (1) Pick and Breach Loading Window Installed. Approximate Dimensions: 3' x 3' (3ft x 3ft) 11. One (1) Steel Panel Cutting Prop Installed 12. One (1) Variable Angle Rebar Cutting Prop Installed 13. Shall Include a Rappel Tower: Approximate Dimensions 8' x 10' x 10'(8ft x 10ft x 10ft) with a Caged Ladder 14. One (1) Connecting 10' Vertical Tube from Rappel Tower to Roof Top 15. Two (2) Customized 3' x 6'8" (3ft x 6ft8in) Forcible Entry System, Ram and Pry Doors Installed #8 is personnel door to enter/exit the training container. 16. One (1) 4 Door Forced Entry Door System Installed with (2) exterior security doors and (2) interior doors. 17. One (1) Standard ISO 40 DOT Certified Gooseneck Container Chassis with tandem axle. 18. -Includes two (2) Sets of Exterior Stairs with Platforms Leading to Doorways and Side Mounted Catwalks 19. One (1) Rear Folding Exterior Stairway extending from the Ground to the Rooftop 20. Two (2) 48" x 76" (48in x 76in) Aluminum Signs on Side of Trainer with Fire Department Name. Name provided upon Award. 21. Floor Collapse Prop Install an interior floor collapse prop fabricated into the Upper Level Platform that collapses on one side and then be able but back in place. 22. Interior Removal Stair Prop Install stair system leading to the Upper Floor Platform that is removable to instruct trainees on how to feel for missing stairs in a darken environment. 23. Vertical Rescue Hatches Install (2) Vertical Rescue Hatches, (1) hatch on the container ceiling and (1) hatch directly underneath the floor leading to the exterior of the system. UPPER LEVEL PLATFORM 1. Approximate Upper Level Platform Dimensions: 8' x 15' (8ft x 15ft) -Shall be fabricated into the interior. 2. The Upper Level platform shall also contain a Wall Breach Prop -Approximate Wall Breach Dimensions 31" x 41" (31in x 41in) -The Wall Breach prop shall be positioned between the Upper Level Platform and the floor. 3. The Platform shall contain a series of re-configurable steel mini-maze panels -Shall have the capability to be situated to create small confined rooms, hallways and crawlspaces. To include a crawl space tube. MAIN/ LOWER FLOOR 1. Interior stairs shall be constructed of steel -The Interior Stairs shall lead from the main floor to the upper platform. 2. The trainer shall have a hinged steel Shoring Prop directly below the Upper Level. -This prop shall have the capability to allow practicing of blocking techniques and shoring procedures for a simulated building collapse. -The prop must be detachable, for safety reasons. 3. The trainer shall have a minimum of three (3) exterior side access hatches. -Hatch one will lead into the Upper Level Platform. -Hatch two should lead into the lower level of the platform, allowing access to the Shoring Prop. - Hatch 3 will connect to a Crawl Tube on the opposite side of the trainer. 4. The main floor area shall have a series of reconfigurable steel maze panels -Shall include high and low crawl-through panels, solid panels and plug panels. -The panels will fit holes in the floor and ceiling, which have been aligned by a laser level. -The panels shall be easy to remove, reconfigure, loosen, or pin to other panels, allowing the ability to develop new pathways. -One of the low crawl panels shall contain a Wall Breach Prop. 5. Steel components shall be added to the floor to be used for housing the reconfigurable steel maze partitions. 6. The main floor area shall have movable obstacles that consist of two (2) ramps and two (2) attic crawls spaces with electrical entanglement props. 7. The trainer should have an interior culvert Crawl Tube (the pipe shall have a smooth interior) -Shall descend from the roof top and form a T that splits off to both sides of the trainer. -One side of the Tube leads to one of the Side Hatches which opens to the exterior of the trainer. -The other side of the Tube shall form a 90 degree section that then drops into the main floor area. ROOF 1. The trainer shall have an Occupational Safety and Health Administration (OSHA) compliant Guardrail System made of steel tubing. -The Guardrail will surround the entire perimeter of the roof top. -A Cotter less Hitch Pin System shall be utilized for quick removal of the Guardrail to ensure fast set-up or break-down. 2. The Tanker Prop or Box Prop -Shall be constructed of steel -Shall mount on the roof top and contain one of the hatch access points to the interior. (Simulating a vertical rescue) 3. The roof portion of the trainer shall have a minimum of two steel manhole access points located on either end of the roof top. -Manhole number one will lead into a Crawl Tube as (described in line item #33). -Manhole number 2 should connect from a Tanker Prop (described in line item #35) and descend into the Upper Level Platform. 4. All external roof components (roof top railing, bar grate and toe-kick) shall be protected by a galvanized process. Total Qty: 001 ea. The following clauses apply to this acquisition: FAR 52.204-2 Security Requirements, 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 (Apr 2012), FAR 52.219-1 Small Business Program Representations Alternate I, FAR 52.219-6, Notice of Total Small Business Set-Aside, 52.219-28 Post-Award Small Business Program Representations, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), FAR 52.225-14 Inconsistency between English Version and Translation of Contract(Feb 2000), FAR 52.225-17 Evaluation of Foreign Currency Offers(Feb 2000), FAR 52.232-1 Payments (Apr 1984), FAR 52.232-8 Discounts for Prompt Payment (Feb 2002), FAR 52.232-33 Payment by Electronic Funds Transfer (Oct 2003), FAR 52.233-1 Disputes (Jul 2002), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.243-1 Changes- Fixed Price (Aug 1987), FAR 52.247-34 F.O.B. Destination (Nov 1991), DFAR 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013), DFAR 252.211-7003 Item Identification and Valuation (Aug 2008), DFARS 252.211-7006: Radio Frequency Identification (Feb 2007), DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), DFARS 252.232-7008 Assignment of Claims (Overseas) (Jun 1997), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.233-7001 Choice of Law (Overseas) (Jun 1997), and DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991). Responsible Quoters must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (May 2013), and DFARS 252.232-7006 (JUN 2012) Wide Area Work Flow Payment Instructions The following Provisions apply to this RFQ: FAR 52.204-7 System Award for Management FAR 52.211-6 Brand Name or Equal (Aug 1999), FAR 52.212-1 Instructions to Offeror -- Commercial Items (Jun 2008), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2011), and FAR 52.233-3 Protest After Award (Aug 1996). Note: Full text of each FAR and DFARS clause may be accessed electronically at http://farsite.hill.af.mil/ Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes. (End of RFQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-15-T-0106/listing.html)
 
Record
SN03802208-W 20150721/150719233326-a25049b83208b96c08702be4094fcde8 (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.