Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 19,2000 PSA#2518

National Interagency Fire Center, Bureau of Land Management, 3833 S. Development Avenue, Boise, ID 83705-5354

42 -- UPGRADE COMPRESSED AIR FOAM SYSTEM (CAFS) UNIT SOL RAQ000005 DUE 020100 POC Kay Ryan, 208-387-5717 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; no written solicitation will be issued. A firm, fixed price quote under request for quotation (RFQ) number RAQ000005 is being requested. It is anticipated the requirement will not exceed the Simplified Acquisition Threshold. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular #97-14. This procurement is 100 percent set-aside for small business concerns. The SIC code is 3569 General Industrial Machinery & Equipment, NEC and the small business size standard is 500 employees. The Bureau of Land Management (BLM) has a requirement to refurbish, refine, and reinstall an existing Compressed Air Foam System (CAFS) that is currently installed in a standard BLM light wildland fire engine (15,000 GVW). All paragraphsand clauses in the National Fire Protection Standard, 1906 Standard for Wildland Fire Apparatus, 1995 edition, as it pertains to the CAFS system shall be followed. The Contractor shall design and construct a new CAFS unit as a module using the latest available control systems and CAFS technology and use Government furnished equipment. The new CAFS unit shall be installed onto this BLM light wildland fire engine in the allocated space. The space allocated on the engine for the CAFS unit is approximately 37 " wide x 62 " long x 35" high. Interested parties should get engine drawings for exact space measurements.The Government furnished equipment provided for use in the final design includes the following: (1) 1 each, Waterous E501A pump with Briggs & Stratton/Diahatsu DM 950 D Vangard water cooled 26.5 hp diesel engine; (2) 3 each, Waterous Engine gauges (oil pressure, water temperature, ammeter); (3) 1 each, panel; (4) 1 each, Odin power divider (drive system) and air compressor mounting; (5) 1 each, Tamrotor air compressor Endro 3 model and related equipment (i.e., hoses, oil filter, oil cooler, etc.); (6) 1 each, Odin auto balance water and air control system; (7) 3 each, Elkhart valves (draft, tank to pump, and rear discharge); (8) 1 each, Robwen 500B foam porportioner system; (9) 1 each, Odin discharge surge and compressor intake control. The Contractor shall enclose the CAFS module, for protection and aesthetics, in a module frame constructed of aluminum or 4F stainless steel material. The module covering shall be constructed of aluminum deck brite tread plate or 4F stainless steel sheeting. The Contractor shall insure that the unit is weather resistant but with sufficient ventilation to cool the CAFS engine in the enclosure at an outside ambient temperature of 140 F.(60 C. ). The Contractor shall provide access to all items or areas that require daily or routine maintenance, such as the oil dipstick, air filters, etc. The Contractor shall use only stainless steel fasteners and polished stainless steel latches and hinges in the construction of the module. All nuts shall be of a locking type. The Contractor shall use only stainless steel and brass plumbing in the construction of unit and shall use high pressure hydraulic hoses where vibration is a problem. The Contractor shall provide vibration isolation components at all points in the plumbing, engine, and mounting where stress may occur. These may include but not limited to victolic fittings, spring, or rubber motor mounts. All controls shall be located at the rear of the unit and situated so the operator can operate the unit while standing on the ground. The Contractor shall design a control panel with the layout, location of gauges, control valves, and switches positioned to reduce operator fatigue and facilitate maintenance. The panel shall be constructed of 4 F stainless steel. The Contractor shall provide two placards on the unit. An "operations" placard shall be permanently mounted on the control panel. This placard shall include starting, pumping operations, and shut down procedures. The placard shall be approximately 7"x7" and constructed to withstand sun fading and cleaning, be weather proof and withstand the rigors of wildland firefighting for an expected life of 15 years.. The second required placard shall list the fluids, types, viscosities, and capacities required for the CAFS unit. This placard may be mounted on the control panel or another easily visible location such as the driver's door panel. This placard shall be constructed similar to the operations placard. After award, the Contractor shall arrange, at their cost, to pick-up the fire engine and transport the unit to their work site. The Contractor is cautioned to be sure to include the transport cost in their total. The Contractor shall be liable for damages, theft, or accidents while the unit is in their possession. The fire engine is located in the Bureau of Land Management District Office in Bakersfield, California. The Contractor shall provide an operations manual with the finished unit. The Contractor, upon delivery of the unit, shall also provide the BLM with a completed set of drawings of the CAFS unit. The drawings shall become the property of the Government. Any items on the drawings which are proprietary to the Contractor shall be identified and numbered and shall be inserted into the drawings as an overlay. The drawings shall include but not be limited to the frame work, CAFS housing, plumbing, control panel, and electrical layout. Drawings shall be provided in AutoCAD release 12 or later version and be on 3.5 inch floppy disks or CD media. The BLM shall have the right to reproduce any or all provided media. The Contractor shall have 70 calender days after award to complete the required work and have the unit available for Government testing. Testing shall be made in accordance with NFPA 1906, 1995 edition, CAFS System Tests. The unit shall comply with applicable paragraphs of this section. The minimum performance required of the unit: CAFS: 100 PSI water/air pressure at 40 GPM and 40 CFM air (CAFS); WATER ONLY: 160 PSI water pressure at 40 GPM, (air compressor disengaged). The CAFS unit air compressor shall be capable of being switched on or off with a panel switch, for water only operations to provide more horsepower for water movement. The Department of the Interior Acquisition Regulations (DIAR) provision at 1452.212-01, Instructions to Offerors -- Commercial Items (Oct 1995)(Deviation), applies to this acquisition. Under this provision, insert "...sentence #7 of this notice..." in the first blank, insert "...SF18..." in the second blank, and insert "...SF18..." in the third blank. There are no addenda to this provision. An additional cited FAR provision applicable to this acquisition is 52.252-05, Authorized Deviations in Provisions (Apr 1984). The provision 52,212-02, Evaluation -- Commercial Items (Oct 1997), does not apply to this acquisition. Quotes shall be evaluated on price alone. Quoters shall include completed copies of the provisions at 52.212-03, Offeror Representations and Certifications -- Commercial Items (Oct 1999), with their quote. The clause 52.212-04, Contract Terms and Conditions -- Commercial Items (May 1999), applies to this acquisition. There are no addenda to this clause. The DIAR 52.212-05, Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items (Jan 1996) (Deviation), applies to this acquisition. Additional cited FAR clauses applicable to this acquisition are 52.252-06, Authorized Deviations in Clauses (Apr. 1984), 52.,525.02, Clauses Incorporated by Reference (Feb 1998), 52.225-11, Restrictions on Certain Foreign Purchases (Aug 1998), 52.243-01, Changes -- Fixed Price (Aug 1987), and BLM 1510.37, Electronic Funds Transfer Payments (May 1994). Numbered CBD note 1 applies to this notice. Request for Information regarding the solicitation may be made to Kay Ryan 208-387-5717. Quotations shall be submitted by February 1, 2000 4:00 PM local time to Kay Ryan at 208-387-5574 or mailed to NIFC-BLM, Attn: Kay Ryan, 3833 S. Development Avenue, Boise, ID 83705-5354. Posted 01/14/00 (W-SN416128). (0014)

Loren Data Corp. http://www.ld.com (SYN# 0209 20000119\42-0001.SOL)


42 - Firefighting, Rescue and Safety Equipment Index Page