Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 20,2000 PSA#2560

Marine Corps Regional Contracting Office (Northwest Region), P. O. Box X24, MCAGCC, Twentynine Palms, CA 92278-0124

J -- REFURBISHING OF ONE (1) 1987 PIERCE TELE-SQURT APPARATUS(FIRE TRUCK) SOL M67399-00-Q-0006 DUE 032400 POC Procurement Specialist Sgt. Johnson S., (760) 830-5122, Fax (760) 830 5104, Email: johnsons@29palms.usmc.mil E-MAIL: johnsons@29palms.usmc.mil, Email: johnsons@29palms.usmc.mil. DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice, and Far Part 13. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation number is M67399-00-Q-0006 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular (FAC) 97-13. This is a total small business set aside. The Standard Industrial Classification Code is 3711. The small business size is 1,000. The following Clin's are required for the REFURBISHING of ONE (1) 1987 PIERCE TELE-SQURT APPARATUS(Clin 0001)FOUR-DOOR ENCLOSED CREW CAB CONVERSION (for use as a fire truck), The existing cab is to be modified into a four-door enclosed crew cab design. All fabricated components used to modify the cab are to be made by the original cab manufacturer to insure that the same alloy of aluminum is used. The sides and the roof of the existing cab are to be extended, with a removable section installed over the engine, should the engine ever have to be taken out. New, padded sound absorbing headliners are to be installed in the rear crew cab section. The new headliners are to be the same material as used in the front portion of the cab and in the existing canopy ceiling. All interior painted metal Surfaces are to be black vinyl-texture finish. The rear wall of the enclosed cab is to be equipped with two (2) 6" x 15" windows, one (1) each side. The entire rear exterior wall is to be covered with 1/8" bright aluminum treadplate. The treadplate is to be fitted, removed, and reinstalled after finish paint. New battery storage compartments are to be provided to adapt to the modified cab. The existing jump seat floors are to be shortened for installation of the new battery compartments. The engine housing panels are to be replaced with shorter panelsto accommodate the enclosed crew cab. The basic design is to be the same as the existing housing, constructed of double panel aluminum with heat and sound deadening insulation sandwiched between the panels. External surfaces are to be 1/8" bright aluminum treadplate, with smooth aluminum inner panels. The upper section is to be hinged on each side at the top, and both side panels are to be removable. The engine air intake is to be routed through the rear wall of the cab. The rear access doors are to be acquired OEM by the original cab manufacturer to match the construction of the front doors, and shall be equipped with double automotive type rubber seals around the perimeter of the doors to insure a weather tight fit. Each of the doors shall contain a roll-down type window for ventilation. A flush mounted, chrome plated paddle type door handle is to he provided on the exterior of the doors, with a latch type handle on the inside to operate the opening mechanism. Nylon web type door stops are to be provided. The door hinges are to be stainless steel continuous piano type with a " diameter pin. The two (2) existing dome lights that are now provided in the rear crew cab are to be activated automatically by switches located in the door jams.(Clin0002)AIR CONDITIONING. An air conditioning system is to be provided and installed, consisting of a 20,000 BTU evaporator unit inside the cab, another 20,000 BTU evaporator unit inside the crew cab, and a 65,000 BTU condenser. All accessible areas of the cab and crew cab walls and ceiling are to be insulated with Styrofoam to aid in cooling. The insulation is to be covered with a Vinyl liner or a metal panel painted to match the interior of the cab.(Clin0003)ALTERNATOR. The existing alternator is to be removed from the chassis and replaced with a new Niehoff 250-amp alternator with a custom, three-set point voltage regulator. The alternator is to be connected to the chassis power and ground distribution system with heavy-duty cables sized for the full-rated load of the alternator output. (Clin0004)ENGINE BLANKET. A padded vinyl cover is to be provided and installed over the engine housing inside the enclosed crew cab for heat and sound deadening insulation. (Clin0005)HEATER -ENCLOSED CREW CAB. A compatible auxiliary heater is to be provided inside the enclosed crew cab.(Clin0006)CAB SEATS The existing driver's seat is to be removed from the cab and replaced with a new Seats Inc. model 911 air-ride, high-back style seat. The existing officer's bench seat is to be removed and replaced with a new Seats. Inc. model 911 fixed companion seat with SCBA provision mounted in the backrest. (Clin0007)CAB HEADLINER Repair the vinyl headliner at the front of the cab where it is now sagging and dropping. (Clin0008)CAB DOOR LATCHES. The latch mechanisms on the two (2) front cab doors will be inspected, adjusted and lubricated for proper operation. (Clin0009) CAB WINDSHIELDS. Both cab windshields are to be replaced with original equipment parts. New rubber gaskets are to be installed around the windshields. (CLIN0010)JAKE BRAKE. A Jacob's engine brake is to be installed on the Cummins engine(300hp), with the control for the brake located on the cab dash. Installation includes new larger valve covers on the engine to accommodate the engine brake. (Clin0011)AIR BOTTLE COMPARTMENTS. Four (4) compartments for spare air bottle storage are to be provided in the apparatus body fender panels, two (2) each side. The compartments are to be round, and of adequate depth to accommodate different size air bottles. The compartment floors are to be rubber lined and equipped with a drain hole. A stainless steel door with a chrome-plated latch will be provided to contain the air bottle. A dielectric barrier is to be provided between the door hinge, hinge fasteners and the body sheet metal.(Clin0012)STROBE LIGHTS. Whelen 64 Series, 73 Series or 97 Series strobe lights are to be installed in the locations specified by the Fire Service. Possible locations are each side on front bumper extension, above front wheels on sides of cab, above rear wheels in body fender panels, or at top of hose bed at the rear of the apparatus.(Clin0013)PUMP PANEL TAGS. All identification tags on the pump panels for discharge outlets and suction inlets are to be replaced with new, color-coded tags.(Clin0014)ZICO LADDER BRACKETS. Customer-finished ZICO ladder lift brackets are to be installed to replace the existing ground ladder brackets. The apparatus body side sheets are to be properly reinforced for installation of the new ZICO brackets.(Clin0015)WATER TANK. The mounting structure for the water tank is to be thoroughly inspected for defects. The tank cover is to be removed and the interior of tank inspected to determine the condition of the tank and the interior epoxy coating. New gasket material is to be provided when the tank cover is reinstalled.(Clin0016)BODY REPAIRS AND REPAINT (Cosmetic)The aluminum treadplate rear tailboard is to be replaced. The aluminum treadplate rub rails below the compartments ahead of and behind the rear wheels onthe driver's side and below the compartment ahead of the rear wheels on the passenger side are to be replaced. The polished stainless fender crown on the driver's side of the apparatus body is to be replaced. A courtesy step light is to be installed on each side at the rear crew cab entrances and actuated by the automatic door switch. An 18" long stainless steel handrail is to be provided adjacent to the rear access doors, each side. The handrails are to he identical to those used at the front cab doors. All of the handrails on the cab are to be covered with corrugated rubber. The new crew cab enclosure and the modified areas of the cab are to be painted to match the existing apparatus. The front cab doors and the front face of the cab shall not be repainted. Prior to painting, all trim, lights, glass, moldings, door latches, and any other bolt-on components are to be removed, and then reinstalled after the painting is completed. All exposed metal surfaces of the modified areas that are not chrome plated, polished stainless steel, or aluminum treadplate are to be thoroughly cleaned and prepared. To insure bonding of primer, the cab is to be washed under pressure by a phosphatizing system. All irregularities in the painted surfaces are to be rubbed down before the application of the finish coats. Finish paint is to be polyurethane, in a shade to match the existing cab and apparatus body. Removable components are to be painted separately to insure finish paint behind all mounted item. All seams are to be caulked and sealed. REFINISH PROCEDURE (a)Wash and degrease(b)Body work:All imperfections filled with polyester body filler(c)Sand repaired areas for priming(d)Metal treat bare metal(e)Prime with corrosion resistant primers(f)Finish sand with 240 grit sandpaper(g)Final wash with solvent(h)Tack and seal prime(I)Paint with three coats of polyurethane paint (total dry film thickness to 5-8 mils). 10" wide, white Scotchlite striping is to be applied on the repainted surfaces and to the new rear crew cab doors to the match the existing. The accident damage on the exterior panel of the door of the compartment ahead of the rear wheels on the driver's side is to be repaired. The accident damage on the vertical framing at the front of the compartments on the passenger side of the body is to be repaired. The two (2) storage brackets for the outrigger pads are to he rebuilt and reinforced. The following areas of the apparatus are to be repainted:All compartment doom and all exterior painted surfaces of the apparatus bodyCompartment doors to be removed and painted separatelyAny hose troughs, pike pole holders, ladder brackets or hydraulic ladder racks to be removed and repaintedThe apparatus body side compartment assemblies to be disassembled for paint, to include removal of aluminum treadplate panels on top of compartments, aluminum treadplate rub rails, aluminum treadplate at the front of compartments, fender crowns, fuel fill door, lights on fender panels (if equipped) and lightsat rear of compartmentsThe cab shall also be disassembled for paint, to include removal of handrails, all removable aluminum treadplate, front bumper, stainless steel accessories, mirrors, fender crowns, trim band, marker lights on cab roof; and light bars on cab roof* The sign panels on each side of the Tele-Squrt boom are to be removed, repainted white and reinstalled. No new lettering is to be provided on these panelsThe paint at the tip of the Tele-Squrt boom is to be touched up where it is chipped and scratchedCab and body to be reassembled after paintLettering and striping is to be provided to match the existing. The following areas are not repainted with a cosmetic paint job: Inside hose beds or cargo area. Hose bed dividers or partitions. Interior of compartments. Underside of cab or body, including painted heat shields and wheels. Cab interior. Tele-Squrt aerial device NOTE: Genuine gold leaf lettering, gold leaf Maltese crosses on each cab door and 10" wide white Scotchlite striping is to be provided to match the existing layout. Completion is desired by 1 June 2000 4:00 P.M PST. FOB Point For Delivery of Government-Furnished Property, inspection and acceptance will be at FOB Point. The following provisions and clauses shall apply: Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these websites: http://farsite.hill.af.mil or http://www.gsa.gov/far.The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies.The provision at FAR 52.212-4, Contract Terms and Conditions, applies The provision at FAR 52.212-5, Contract Terms And Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies, with addenda clauses FAR 52.222.25 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222.26, Equal Opportunity; FAR 52.222.36, Affirmative Action for Workers with Disabilities; and FAR 52.222.37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. FAR 52.232-1 Payments. FAR 52.232-36 Payment by Third Party, FAR 52.245-2, Government Property ; FAR 52.246-2, Inspection of Supplies; FAR 52.246-4 Inspection of Services; FAR 52.247.55, FOB Point for Delivery of Government Furnished Property; DFARS 252.204-7004, Required Central Contractor Registration, applies, DFARS 252.232-7009 Payment by Electronic Funds Transfer, Payment Option, At the Government's option, payment may be made utilizing the Government Purchase Credit Card. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies, with the following clauses applicable to paragraph (b):DFARS 252.225-7001, Buy American Act and Balance of Payments Program. The Government intends to make a single award to the responsible offeror whose quote confirming to this combined CBD synopsis/solicitation, will be the most advantageous to the Government, price and other factors considered. The following factors will be evaluated; price, past performance, technical review and completion time. Mail, electronic mail, or fax copy offers must be received no later than 4:00 P.M, PST 24 March 2000, submit to Procurement Specialist Sgt. Johnson S., (760) 830-5122, Fax (760) 830 5104, Email: johnsons@29palms.usmc.mil Quotations sent by U.S Post Office or Federal Express should be mailed to Marine Corp Regional Contracting Office (NW Region) ATTN: Sgt. Johnson Bldg. 1525 P.O Box X24 Twentynine Palms. Ca. 92278-0124 Vendors wishing to respond to this solicitation should provide this office with the following: a price quote on company letterhead for the requested items showing unit price, extended price, FOB point, prompt payment terms, correct remittance address, Cage Code, DUNS number, Tax Identification Number, and name and phone number of vendor's point of contact; a completed copy of FAR 52.212-3 and proof of CCR Registration. Only written quotes will be accepted and must be received and identified by RFQ Number M67399-00-Q-0006 by 4:00 pm (PT) on 24 March 2000. Fax quotes are acceptable at (760) 830-5104/6353, ATTN: Sgt Johnson S., Purchasing Specialist. Posted 03/16/00 (W-SN435366). (0076)

Loren Data Corp. http://www.ld.com (SYN# 0047 20000320\J-0007.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page