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