Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,2000 PSA#2535

55 Broadway; Cambridge, MA 02142

12 -- RETROFIT FM-200 AND WATER WASHDOWN SYSTEMS ON BOARD LSV-5 AND LSV-3 WATERCRAFT SOL DTRS57-00-R-20013 POC Point of Contact -- Kathleen Regan, Contracting Officer, (617) 494-3485 WEB: Volpe Center Acquisition Division home page, http://www.volpe.dot.gov/procure/index.html. E-MAIL: Contracting Officer, finnk@volpe.dot.gov. The U.S. Department of Transportation, Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA is planning to retrofit all new Kidde FM-200TM (Heptafluoropropane, HFC 227ea) fire extinguishing system replacements onboard the U.S. Army Logistics Support Vessel (LSV-5) located at Ford Island, Pearl Harbor, Hawaii. This procurement will be conducted as a commercial acquisition under FAR Parts 12, 13.5 and 15. The period of performance will be for six (6) calendar weeks, to begin on or about mid June and continue through July, 2000 while the vessel is dockside. There are four protected spaces: (1) engine room space, (2) bow thruster space, (3) emergency generator room, and 4) paint locker space. Existing Halon 1301 systems will be required to be completely removed from t he vessel. The Halon remains the property of the U.S. Government. The fire extinguishing systems will be augmented with a fixed, water spray system for the engine room and bow thruster spaces. The LVS-5 is a production craft, in that the prototype system was designed, tested and installed onboard the LSV-1 located at Fort Eustis, VA. The first article design phase was based on performance specifications developed in cooperation with the U.S. Coast Guard. There were no U.S. Coast Guard approved clean agent systems at the time and Army policy is to follow the Code of Federal Regulations for safety systems as regulated by the U.S. Coast Guard. Kidde FM-200TM engineered fire extinguishing systems have since received the U.S. Coast Guard's Type Approval (dated May 4, 1998). At a minimu m, this FM-200d and Water Washdown Systems (WWS) retrofit work effort shall include the following labor, components, equipment, servicing, and data deliverables:(1) Detailed production schedule, including daily labor loadings; (2) Removal of existing Halon 1301 total flooding systems in the main engine room, bow thruster space, and emergency generator space; (3) Installation of FM-200TM systems and WWS, as identified in the Statement of Work (SOW), using all new equipment and materials, based on first article detailed design class drawings (i.e. -- valves, piping, agent and cylinders, pull stations, alarms, miscellaneous modifications, electrical, etc.). Note: paint locker and emergency generator space do not receive WWS system;(4) Manufacturer Technical Representative oversight and cert ification of all new systems; (5) Spare parts identified in the SOW;(6) Engineering design changes (miscellaneous modifications.) specified in the installation specification;(7) Portable hydrogen fluoride (HF) gas detector, including protective pouch, 3 meter sampling line and adapter, and supply of twelve HF detector tubes;(8) Completed functional test plan. (9) Three (3) years of annual manufacturer re-certifications and routine preventative maintenance services and supplies at vessels homeport; and (10) Compliance with the Health and Safety Plan. The Volpe Center will provide the Health and Safety Plan. Initial onboard training will be completed by the Volpe Center. Complete installation specifications, detailed design/installation drawings, test plan and Health and Safety Plan will b e issued as part of the RFP package. Systems installations shall be conducted by a valid Master Agreement for Repair and Alteration of Vessels holder, refer to 48 CFR, Subpart 217.71. Offerors will be required to provide past performance information to include, at a minimum, three Fixed Total Flooding Fire Fighting (Gaseous) marine installations and a technical point of contact for each. The solicitation is planned to be issued on or about February 18, 2000 with a proposal due date of approximately March 22, 2000. A one day pre-proposal conference on board the LSV-5 will be conducted during the period of February 28, 2000 and March 10, 2000; the specific date and location will be provided in the RFP. Attendance at the pre-proposal conference will be mandatory. The RFP will include an Op tion to complete the same work effort onboard the LSV-2, also located at Ford Island, HI in either calendar year 2000 or 2001. The contract will be a fixed price contract. The proposed overall period of performance, including the option is three (3) years. The applicable SIC Code is 3731. The size standard is 1000 employees. All responsible sources may submit a proposal, which shall be considered. The solicitation and any document related to this procurement will be available on the Internet; these documents will be available on a WWW server, which may be accessed using Web browsers. The WWW address or URL of the Volpe Center Acquisition home page is: http://www.volpe.dot.gov/procure/index.html. Offerors desiring to receive electronic notification of the solicitation's posting and a vailability for downloading may register to receive solicitations, amendments and other notices. The responsibility for providing the Government with an accurate and complete e-mail address lies with the contractor. The Government will make no additional efforts to deliver information when the system indicates that transmissions cannot be delivered to the e-mail address provided. NO HARD COPIES of the solicitation will be mailed. Telephone requests will not be honored. The following notice is notice for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related c ontracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800)532-1169. Internet address: http://osdbuweb.dot.gov. For information concerning the acquisition, contact the contracting official above. See Note 1. Posted 02/09/00 (D-SN423776). (0040)

Loren Data Corp. http://www.ld.com (SYN# 0181 20000211\12-0001.SOL)


12 - Fire Control Equipment Index Page