MODIFICATION
J -- EOV Rehabilitation
- Notice Date
- 8/15/2016
- Notice Type
- Modification/Amendment
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135, United States
- ZIP Code
- 20135
- Solicitation Number
- HSFE50-16-Q-4499
- Archive Date
- 9/14/2016
- Point of Contact
- Matt Elden, Phone: 5405422832
- E-Mail Address
-
matthew.elden@fema.dhs.gov
(matthew.elden@fema.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- In accordance with FAR Part 13 and 6.302-1(a)(2), the Federal Emergency Management Agency (FEMA) intends to award a sole source contract under FAR 6.302-1 "only one responsible source and no other supplies or services will satisfy agency requirements." This is not a request for proposals. The North American Industry Classification System Code (NAICS) is 336212. FEMA intends to award this contract to Frontline Communications, Inc., Clearwater, FL, 33762. The contract is for one-year to perform a lifecycle refresh through vehicle modifications and equipment upgrades for the customized communications vehicle - Emergency Operations Vehicle #14 (EOV 14) that was originally manufactured in part by Frontline Communications. In 2012, additional work was performed by Frontline Communications to make improvements to the flooring, ceiling lock system, and the roof. EOV14 is a 2004 custom semi-trailer was completely refurbished and retrofitted into a command / operations / communications platform. The trailer is 57' long, 8' 6" wide, and 13' 4" high with a gross vehicle weight rating of 80,000 lbs. The vehicle is also equipped with two large slide outs, one measuring 38'L x 5'10"W and the other measuring 40'L x 5'10"W. The vehicle is capable of supporting up to 35 people and 2 technical personnel. EOV 14 is one of FEMA's largest Emergency Operations Vehicles in service and provides a command and communications platform for large-scale deployments and events. The overall objectives required for this scope of work include: • Uninstall the on-board 80 KW generator. • Uninstall the generator fuel tank. • Modify power subsystem and inputs. • Relocate batteries and refurbish compartment. • Uninstall the two (2) on-board air conditioner units. • Install two (2) wall-mount HVAC systems onto front of the vehicle. • Redesign/modify internal air distribution (HVAC) and ceiling sub-structure. • Uninstall the custom, chrome extension framework, which houses the generator and air conditioning (A/C) units. • Redesign/rebuild the front portion of the trailer to allow for the installation of new A/C units, trailer air lines and electrical connections, lighting, and additional equipment required to return the trailer to functional operation. • Install electrical or hydraulic powered capability to the dual-sided slide-outs. • Repair and/or replace flooring as needed. • Perform miscellaneous improvements and modifications to various components. • Inspect entire vehicle for problems yet identified and other potential issues not covered within the scope of this SOO. The contractor will likely need: metal fabrication equipment; welding equipment; a large covered work area capable of housing large vehicles; Commercial Driver's License or ability to move large trucks; electrical and communications personnel; ability to work safely high above the ground (13' or more); familiarity with communications and emergency operations platforms; and sufficient security at their facility. The contractor must provide adequate security measures to protect the vehicle and enclosed equipment. The vehicle contains high-dollar items and systems capable of accessing government networks. Work on this project may require that personnel have access to Privacy Information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. FEMA will be responsible for the transport of the vehicle to and from the contractor's facility. However, if the contractor's location is more than eight hours drive time from the MERS Detachment in Thomasville, GA - the contractor may be responsible for all transportation costs. FEMA is aware of no other firm, other than Frontline Communications, Inc. that can provide the type of services described herein. This notice of intent is not a request for competitive proposals. A determination by the Government to not compete this proposed contract based upon responses to this notice is solely within the discretion of the Government, and information received will be considered solely for the purpose of determining if other potential sources for these services exist. FEMA will not be responsible for paying for any of the costs incurred or associated with the development of any responses submitted to this posting. However, any firm that believes it is capable of providing these services shall e-mail a Statement of Capabilities to Matthew Elden at Matthew.Elden@fema.dhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFE50-16-Q-4499/listing.html)
- Place of Performance
- Address: 434 S. Pinetree Blvd., Thomasville, Georgia, 31792, United States
- Zip Code: 31792
- Zip Code: 31792
- Record
- SN04223826-W 20160817/160815235022-096ec69291ddc328d32cdd70cdbe5188 (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 |