Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2023 SAM #7894
SOURCES SOUGHT

J -- REQUEST FOR INFORMATION ONLY | FIRE TRUCK REFURBISHMENT | MARTINSBURG VA MEDICAL CENTER

Notice Date
7/7/2023 9:53:27 AM
 
Notice Type
Sources Sought
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24523Q0726
 
Response Due
7/17/2023 10:00:00 AM
 
Archive Date
09/15/2023
 
Point of Contact
AMY.WALTER1@VA.GOV, CONTRACTING OFFICER, Phone: 410-691-7312
 
E-Mail Address
Amy.Walter1@va.gov
(Amy.Walter1@va.gov)
 
Awardee
null
 
Description
REQUEST FOR INFORMATION STATEMENT OF WORK (SOW) PROJECT NAME: Firefighting Apparatus Refurbishment Background: To remain in compliance with NFPA 1901(2016) we need to refurbish our 2004 Pierce Pumper Apparatus. Scope: A complete refurbish and upgrade in accordance with NFPA 1912 (2016) of all applicable equipment on a 2004 Pierce Pumper Apparatus with a 1,500 GPM Pump Capacity with a 1,000-gallon booster tank. A fire apparatus is an emergency vehicle that must be relied on to transport fire fighters safely to and from an incident and to operate reliably and properly to support the mission of the fire department. A piece of fire apparatus that breaks down at any time during an emergency operation not only compromises the success of the operations but might jeopardize the safety of the fire fighters relying on that apparatus to support their role in the operations. An old, worn out, or poorly maintained fire apparatus has no role in providing emergency services to a community. Specific Tasks. Contractor will honor the provided bid price for 120 days. Contractor will provide an approval drawing for all body, decals and striping and paint modifications. A parts, service and operations manuals shall be provided. Contractor will complete a thorough inspection of the following items and will replace and/or repair as needed. Engine, Transmission, Traction Control System, Anti-lock Braking System, Drive Shafts, Front Axle, Rear Axle, Braking System, Auxiliary Braking System, Parking Brakes, Suspension, Wheels, Tires, Cooling System, Engine Speed Control, Lubrication System, Air Intake System, Fuel System, Fuel Tank, Exhaust System, Steering, Tow Hooks/Eyes, Traffic Horn, Air Horns, Load Manager, Low Voltage Alarm, Entire Body to include repairing any damage, Door Stays, Compartment Floors, Pump Enclosures, Steps/ Walkways/ Handrails/ Hose Beds/ Equipment Storage/ Suction Hose Storage/ Powered Equipment Racks, SCBA Storage, SCBA Bottle Storage, Receivers and Anchors, Water Tank, Baffles. Contractor will replace all applicable suction hoses and the 24 ft extension ladder, 14 ft roof ladder and 10 ft attic ladder, Alternator, Alternator Wiring, Batteries, Battery Wiring, Starter, Starter Wiring, Chassis Wiring Harness, Body Wiring Harness, Warning Lights (LED), Scene Lighting (LED), Head Lights (LED), Stop, Taillights (LED), Turn Signal Lights (LED), Sirens, Hazard Light (LED), Pump Panel Lighting (LED), Backup Alarm, Battery Charger/Conditioner, Personnel Enclosure, Seat Belts, Seats, Cab Tilt, Instrumentation, Intercom System, Heating, Air Conditioning, Steps or Handrails. Steering Wheel/Column, Doorlatches/Locks, Hose Bed Covers, Pump Panels, Pump, Valves, Valve Controls, Intake Relief System, Pressure Control System, Priming System, Gauges, Flowmeters, Tank Level Gauge, Tank to Pump Line, Tank to Fill Line, Direct Tank Fill, Tank Fill/Vent, Foam System, Line Voltage System, Power Source, Instrumentation, Panelboard, Transfer Switch, Wiring, Receptacles, Cord Reels. Contractor will upgrade or replace the following items: Automatic Tire Chains, Electronic Siren (Power call), Ground Lighting (LED), Hose Bed Lighting (LED), Surface Lighting (LED), Interior Lighting (LED), Compartment Lighting (LED), (2) Mars Lights (LED), (1) Roto Ray Warning Device (LED), Jersey Type Cab Doors, Mirrors, Lap Type Compartment Doors, Computer Equipment Provisions, Contractor shall install a 2.5-inch discharge in the hose bed (Location to be determined in drawing), Paint, Striping, and Decals will be replaced with details provided by the Veterans Affairs Fire Dept Fire Chief. A warranty will be provided for a yet unspecified period. The refurbished apparatus is to be inspected by employees of the Martinsburg VAMC Fire Department to ensure completion and that all specifications are adhered to and in proper working order before accepted. Risk Control: There are no risk factors we are concerned with. We do not have special safety issues. Project will not be completed at our facility. Place of Performance: The place of performance will be at the selected contractor s facility. Period of Performance: Required start date for the service: January 1st, 2024 Delivery Schedule: TBD Contract Administration Data: The Contracting Officer is the only person authorized to approve changes or modify any of the requirements of this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes that shall affect the price, quantity, or quality of performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer without authority, no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. Hours of Work: Work being performed at Contractor s facility. **Required** ALL RESPONDENTS SHALL INCLUDE and SUBMIT THE FOLLOWING: Responses to this Request for Information (RFI) shall include company name, address, point of contact, phone number, point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 336120, (size standard of 1,500 EMPLOYEES, per SBA Table of Small Business Size Standards JANUARY 1, 2022) AND whether your company is a special socio-economic status (i.e., SDVOSB, VOSB, Small Business, HUBZone, etc.) Respondents shall answer the following questions: Size, status, and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Small Business (SB), Large Business, etc. Is your company considered small under the NAICS code identified under this RFI? (Size standard of = or < $30M, per SBA Table of Small Business Size Standards August 19, 2019) Is your company a large business? Does your company have an FSS contract with GSA or the VA NAC or a GWAC contract holder with any other federal agency? If so, please provide the contract number. If your company holds a FSS GSA/VA NAC contract other federal GWAC contract holder, are the services requested available on your schedule/contract? General pricing of your products is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Information provided by potential sources will be utilized by the Government to determine market availability and procurement strategy. **A contract award will not result from this RFI Notice. Vendors who can meet the requirements listed above shall provide the following information: Business Name Business Address Business Point of Contact, including phone number and email address Business size Business Socioeconomic Status Federal Supply Scheduling (FSS) number, if the items required by the Government are available for purchase on an FSS contract. Any other pertinent capability information that relates to the above stated requirement. ***WILL YOUR COMPANY BE DOING ALL OF THE WORK? IF NOT, WILL YOUR COMPANY BE SUB-CONTRACTING OUT THE WORK?***MUST ANSWER*** SUBMIT ALL Questions FOR INFORMATION TO AMY.WALTER1@VA.GOV NO LATER THAN Monday, JULY 17, 2023 1:00 PM EST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/82efbef9d04141c485a19b81bfdba4a6/view)
 
Place of Performance
Address: Department of Veterans Affairs MARTINSBURG VAMC 500 BUTLER AVENUE, MARTINSBURG 25405
Zip Code: 25405
 
Record
SN06741032-F 20230709/230707230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.