Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29,1997 PSA#1920

Department of the Navy, NAWCAD Contracts Competency Division, Villa Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010

54 -- UTILITY TRANSPORT TRAILER SYSTEMS SOL N00421-97-R-1427 DUE 091197 POC Chris Hampel.Contract Specialist (301) 862-8894 or William Case, Contract Officer (301) 862-8641 This is amendment #6 which deletes all references to a sole-source acquisition and establishes the specifications for (5) utility transport trailer systems. This action is 100% set aside for small businesses. The applicable SIC is 3715 and the small business size standard is 500 employees. The contract line item is CLIN 0001- UTILITY TRANSPORT TRAILER SYSTEM (5 EACH). This specification establishes the requirements for a utility transport trailer system consisting of a 20kW generator set and 96,000 BTU/hr environmental control unit (ECU) mounted on a steel frame trailer for use with the heavy High Mobility Multi-purpose Wheeled Vehicle (HMMWV). The 20kw generator set shall be equipped to provide power to the ECU and to shelters for lighting and other equipment. The generator shall have the capability of producing the required power at 120/208 VAC, three phase, five wire power with voltage regulation of +/- 2% from no-load to full load conditions at 105 degrees Centigrade generator rise. Frequency regulation under variable loads will be 5% from unloaded to fully loaded. The generator set shall be enclosed in a weather resistant, sound attenuated enclosure that shall attenuate sound to less than 80 dba at 3 feet from the control panel under full load, with removable service doors. The control panel shall be protected from the elements with a hinged (or equivalent) access door with a window. The trailer must be designed to carry 2 DHS DRASH Model 6 and 1 DHS DRASH Model 4 (rapidly deployable shelters and shelter accessories manufactured by DHS). The dimensions of a packed DHS DRASH Model 6 are: 66 inches x 48 inches x 24 inches. The dimensions of DHS DRASH Model 4 are: 66 inches x 36 inches x 24 inches. The trailer system shall be designed to meet basic mobility/transportability requirements as established by the US Army's Tank and Automotive Command (TACOM) and shall be fabricated to conform to established criteria for safe to transport by the Military Transport Management Command (MTMC) as suitable for secondary and unimproved roads. The trailer system shall be designed to meet MTMC standards for internal/external airlift, secondary/unimproved road mobility, and sea-lift transportability. The trailer system must be airlift-certified for internal aerial delivery by C-130, C-141, C-5 and C-17 aircraft. The trailer systems physical dimensions are as follows: Length- 230 inches maximum; Width- 86 inches maximum; Height-85 inches maximum, unloaded weight-not to exceed (NTE) 4,000 lbs; gross weight- (NTE) 6,000 lbs; wheel track-same as HMMWV; payload capacity-2,000 lbs; main cargo area capacity- 150 cubic feet minimum; main cargo shall be rear accessible; color/paint-finish coat per MIL-C-46168 over a primer system per MIL-P-53022; finish color shall be 383 green or 686 tan per FED-STD-595. The trailer shall conform to the following physical requirements-steel channel construction with a steel bed; air/sea transport lift/tiedown shackles (shackles positioned for helicopter lift using a spreader bar); 3-inch pintle hook lunette eye; hydraulic surge brake rated at 6,000 lbs with a 10,000 lb actuator and 2 safety chains; front pedestal jack; hand-operated parking brake; 6,000 lb rated TORFLEX axle with an axle to track a HMMWV; 36 inches x 12.5inches-16.5inches load rated C radial tires; two MS52125-2(24VDC) tail light assemblies and connected via a cable with an MS75020 12 pin plug to mate a HMMWV receptacle; tarp tie down hooks; (NTE) 6,000 lbs GVWR; ( NTE ) 750 lbs tongue weight when fully loaded; in-chassis fuel tank which will provide continuous operation of the generator set for a minimum of 12 hours without refueling and equipped with a fuel tank switch (trailer off auxiliary) to allow generator to be capable of operating from the in-chassis fuel tank or through an auxiliary feed to external source and fitted with a four inch diameter filler, a mechanical type fuel gauge, and suitable valves and plugs to allow fuel tank drain. The following ancillaries shall accompany the trailer system: one full size spare tire; hydraulic jack; lug wrench; a 5/8 inches diameter rod with drive stud and 3 bronze coupling with mounting provisions and on 10" AWG-8 ground wire for grounding the trailer; one 4 lb mallet or sledge hammer; one 5 lb ABC dry chemical fire extinguisher with mount; a weather proof trailer cover with eyelets and cordage to securely attach to the hooks provided on the periphery of the trailer; duct set- Four 12 inch diameter 25 foot insulated ducts that shall be used to provide air supply and return between the ECU and the shelter system. The generator shall consist of the following major components: (a) engine -: Lister-Petter Model LPWT4A9 engine equipped with a 12 quart capacity deep oil sump, valve cover fill, critical type exhaust silencer, thermal exhaust blankets on all exhaust items including manifolds, flexible connections, silencer, and pipes. The engine shall be fitted with valves for lubrication, oil drain, coolant drain and be equipped with a coolant recovery system, (b) electric generator- Marathon Model 282PSLI505, (c) generator control panel -- the generator set shall be equipped with three 3-wire wall mount receptacles to provide 120 VAC, single phase power for shelter lighting and other equipment. The output power available from the three wall mounted receptacles shall be circuit breaker protected at 20 amps. One 3 phase, 60 amp wall mount inlet connector, per MIL-C-22992, shall be installed at the generator power panel and shall be capable of accepting 60 amp, 3 phase 120/208 VAC shore power. Light indicators shall signal where power is available at each connection, (d) instrumentation panel -- The generator instrument panel shall consist of an AC ammeter, AC voltmeter, wattmeter and frequency meter. The engine instrumentation shall consist of a DC ammeter for the battery charging alternator, a DC ammeter for the battery charger, an oil pressure gauge, a coolant temperature gauge, and an hour meter. A control switch shall be provided for the engine with switches identified for Preheat/off/run/start. A combination AC ammeter/voltmeter four position switch and panel illumination light switch shall be incorporated into the generator control panel. Automatic shut-off for low oil pressure and high coolant temperature shall be incorporated into the design along with alarm indicators. The instrumentation shall provide indications of power in either the shore power or generator power modes of operation, (e) Electric Systems/Battery(s) -- maintenance free, suitable for 24 volt engine electrical systems operation shall be provided in a battery enclosure mounted on a removable tray on the trailer. The enclosure shall incorporate a 24 VDC NATO/slave receptacle to accept 24 volts for emergency starting from an external source and to provide 24 VDC power for an external requirement, (f) battery charger -- a 4 amp, 24 volt constant voltage battery charger shall be incorporated within the generator with an external MIL-C-5105 power inlet available on the control panel. A mating connector shall be supplied as"ship loose". Instructions to Offerors -- Commercial Items (JUN 1997) is incorporated by reference and applies to this acquisition. The provision FAR 52.212-2 Evaluation-Commercial Items (OCT 1995) does not apply to this acquisition. In lieu, the following information will be used for evaluation of offerors. Evaluation and source selection will be based on price competition among proposals that meet the Government's minimum requirements as described above and therefore the following factors will be used to evaluate offers: (1) fully meets requirements of the salient characteristics identified above, and (2) Low Cost. The offeror must provide a quote and sufficient technical documentation to substantiate their claim of compliance with the salient characteristics. Technical acceptability will be determined solely on the content and merit of the information provided in response to this solicitation. Incomplete material that does not clearly demonstrate full compliance with the evaluation factors may result in an offer being determined unacceptable and being removed from consideration for contract award. Each offeror shall a completed copy of the provision at FAR 52-212-3, Offeror Representations and Certifications -- Commercial (JAN 1997) with its proposal. All other clauses cited in the original CBD announcement of July 9th apply to this solicitation. Any questions regarding the above specification must be in writing and be received (either via mail or fax) by 29 August 1997. All responsible sources may submit a proposal which shall be considered by the agency. This procurement shall be F.O.B. destination and be delivered to Receiving Office, Naval Air Warfare Center Aircraft Division, Bldg#8115, Villa Road, St. Inigoes, MD by 31 December 1997. The government anticipates an award by September 30, 1997. Responses with delivery schedules beyond December 31, 1997 will be considered non-responsive. Offers are due by 2:30 pm Eastern Standard Time, September 11, 1997. For information regarding this solicitation, contact Chris Hampel, Code 25411M, (301) 862-8894 or William Case, Code 25411B at (301) 862-8641. The FAX number is : (301) 862-8670. (0238)

Loren Data Corp. http://www.ld.com (SYN# 0222 19970829\54-0001.SOL)


54 - Prefabricated Structures and Scaffolding Index Page