Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2023 SAM #7897
SPECIAL NOTICE

42 -- 42--Type 6 Wildland Fire Engine-CREW CAB-Loess Bluffs NWR, MO

Notice Date
7/10/2023 9:57:44 AM
 
Notice Type
Special Notice
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
FWS, SAT TEAM 2 Falls Church VA 22041 USA
 
ZIP Code
22041
 
Solicitation Number
140FS223Q0140
 
Response Due
7/21/2023 2:00:00 PM
 
Archive Date
08/05/2023
 
Point of Contact
Freyholtz Ballard, Darla, Phone: 7013393829
 
E-Mail Address
Darla_FreyholtzBallard@fws.gov
(Darla_FreyholtzBallard@fws.gov)
 
Description
Type 6 Wildland Fire Engine-CREW CAB-Loess Bluffs NWR, MO NOTICE OF INTENT TO SOLE SOURCE In accordance with FAR 8 and 13, the Department of Interior-US Fish and Wildlife Service Joint Administrative Operations-Acquistion and Property Operations-Goods and Services, intends to negotiate on a sole source basis with SNF Inc. dba BFX Fire Appartus to provide the following equipment using GSA contract # GS-30F-0025V: Type 6 Light Wildland Fire Engine, to be mounted on a new unused 2023 or 2024 Ford Super Duty F-550 XL Series 4x4 chassis with four (4) full doors and a gross vehicle weight rating (GVWR) of 19,500-pounds. The chassis cab shall be ordered with OEM options for cold weather, increase weight capacities, and ground clearance (i.e. Snowplow Package Features, Fire Rescue Package Features, High Capacity Trailer Tow Package, Low Deflection Package, Back-up Camera, Winch, Skid Plates, Air Compressor, etc.). Loess Bluffs NWR is replacing their Type 6 engine. Currently, we have eleven Working Capital Fund (WCF) engines in the Region. Within DOI, BFX holds the current contract for WCF engines. In an effort to increase safety and improve interoperability within the Region, we are attempting to move our fleet of Type 6 engines to a standardized package. Having a standardized engine package allows personnel to move around the Region and already be familiar with the engine's operation before they are placed in stressful situations suppressing wildfires. Currently, the DOI national specifications for a light Wildland Fire engine are being met by BFX Fire Apparatus. BFX is the only manufacturer that puts together a body that is made of a fiberglass blend that is capable of withstanding extremely high temperatures. Along with withstanding the high temperatures, the fiberglass provides a lightweight, strong, corrosion free structure that can hold up to all the tests a wildland fire engine may endure. The configuration that BFX provides is an ""all encompassing"" body. This means that the tank, pump, compartments, storage boxes, shelving, etc. are all one unit that is removable from the chassis without disassembly of any compartments, flooring, or other structural components. No other manufacturer does this. Since this design can withstand so much without decay, it will far outlast the chassis it is mounted on. Since this unit is easily removable, one would be able to take this unit and move it over to another chassis once the original chassis has met it's service life. This whole body package can fit onto a space no greater than 60"" from cab to axle, whereas others require an 84"" spacing. BFX provides a ""complete"" build of the package to the chassis. This entails: -installing all of the emergency lighting required (along with wiring and interior control counsel) -applying all of the exterior vinyl striping/lettering/graphics required by USFWS standards -pre-wiring for the chassis required two-way radios (along with antennae) -installing a ""Do Not Move Apparatus"" indicator to prevent damage to the equipment if an exterior door is open or ajar -installation of a heavy duty front bumper -installation of under chassis shielding -installation of a heavy duty rear bumper -installation of moveable exterior work lights -installation of step lights that illuminate the chassis cab step area and rear bumper area -installation of chassis interior control switch panel that controls the power and function to the pump/hose reel/emergency lighting/exterior work lights -Importantly, installation of a Waterax BB-4 pump that is powered by a Kubota model D902 25 hp four cycle diesel engine. This engine's fuel line and power supply are directly linked to the chassis fuel storage and power supply. This means that as long as the truck has fuel in its tank, the pump will run. In comparison, other manufactures do not meet these standards. Other manufactures typically provide a flatbed for the chassis and a separate slip on package. That slip on package can only provide the tank and the pump with a few aluminum boxes for storage. They do not provide the above stated specifications that BFX provides. All of those previously stated accessories would have to be added to the package before it met the DOI standards for a wildland fire engine. By having them added later, it adds expense and can create issues by having multiple entities being responsible for different parts. This means, multiple vendors being responsible for guaranteeing their own product, versus BFX being the sole vendor guaranteeing all of the parts holistically. BFX meets the DOI national standard and is the only vendor that provides the complete package listed above. WCF (BFX) engines are used nationally among DOI bureaus. Therefore, this engine will have a ""universal"" functionality. It would be able to go to any national emergency incident and function like other DOI engines. This means that it would take little time for an individual to become familiar with this engine since it will look and function like most of the other DOI engines currently in use. This provides an extra margin of safety for FWS firefighters. This procurement is a sole source requirement and is not a solicitation or a request for competitive proposal. A determination not to compete is solely within the discretion of the Government. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Responses must be received no later than 5:00 PM ET on July 21, 2023 by sending an email to the Contracting Point of Contact: Darla Freyholtz Ballard, Contracting Specialist, darla_freyholtzballard@fws.gov. This announcement constitutes the Government's only official notice of this procurement. The Government does not intend to pay for any information provided under this announcement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b6985aff63c24290813b6d89565996dc/view)
 
Record
SN06741704-F 20230712/230710230044 (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.