Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 16,2000 PSA#2601

Federal Emergency Management Agency, Mt. Weather Emergency Assistance Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135

23 -- TANKER TRAILERS SOL EMV-2000-RP-0035 DUE 060900 POC Jennie K. Nickleson, Contract Specialist, 540-542-2133 E-MAIL: EMV-2000-RP-0035, jennie.nickleson@fema.gov. This is a combined synopsis/solicitation according to the format in FAR Subpart 12.6 as supplement with additional information included in this notice. EMV-2000-RP-0035 is to purchase five (5) each 6200 gallon potable water tanker trailers. These tankers will be needed to meet food grade specifications to provide potable water in quantity and quality for human consumption at disaster locations. STATEMENT OF WORK: The tanks will be of a one-piece design meaning that the axles are attached directly to the tanker and there is no sub-frame for the tanker to sit on. This type of design allows for lighter weight construction, prevents corrosion from moisture and dirt buildup between dissimilar metals of sub-frame and tanker and allows for easier maintenance and repair of the tanker. The tankers are to be built from Type 304 Stainless Steel since the Type 304 is a closed porous metal, it will aid in the prevention of bacterial growth. Tankers shall be fitted baffles of type 304 stainless steel and designed soas to not interfere with the internal wash system. The tankers are to be fitted with an internal wash system. The wash system will aid in the cleaning and flushing of the interior to maintain the integrity of the potable water system. Pump and plumbing shall be configured to utilize existing water within the tanker for cleaning. The pump will draw water from the tanker and supply the wash system in a continuous re-circulating cycle. At the end of the cleaning cycle the plumbing will allow for the dumping of the water into the domestic sewer system. The tanks need to be insulated and have the ability to be electrically heated to keep the water from freezing during the winter months in transit and at disbursing site. Optimum water temperature would be 55 degrees F. The tankers will be fitted with a 3 horsepower single-phase motor to drive a good grade pump for product transfer and be capable of pressurizing a building. Electric motor and product transfer pump and plumbing shall be designed and configured to allow the drafting and pumping of water on and off the tanker at a rear portal. Electric motor and pump shall be capable of pumping a minimal 45 psi continuously through a " to 1"x50' hose while maintaining this pressure and volume during the periods when no product is in demand to the end user. Pump and motor should be capable of pumping a minimum of 250 gpm through a 3" hose. Plumbing should allow for drafting, pumping, and be compatible with current water purification units with FEMA. The connections for the supply side of pump will have to allow for the connection of a 3" and " hose. Drafting side of the pump will have to allow for the connection of a 3" hose. Plumbing will have to be configured to allow the filling of the tanker by bypassing the drafting side of the product pump. Tanker fill connections should allow for a 3", 1.25" and " hose. An airtight storage compartment is required for product transfer hoses. The tankers will need to have one weatherproof storage compartment for a 25' ridged hose for the purpose of drafting. Electric motor and product transfer pump shall be located at rear of tanker and be enclosed in a weather-tight compartment. Enclosure needs to be provided for product transfer pump and motor. Provision needs to be made for the installation and integration of a diesel generator capable of supporting the electrical requirements of the heating and product distribution modules. STAINLESS STEEL POTABLE WATER INSULATED TANDEM-AXLE STRAIGHT BARREL TANKER TRAILER SPECIFICATIONS: Products -- Potable water; Temperature 180 degree F maximum; Capacity 6200 gallons shell full; Compartments one, clean bore; Design Frame-less cylindrical, straight bar 4" slope to rear, read discharge; Weight 11,200 lbs +/- 3%; Overall length 528" (44'0") nosebox to bumper; Overall width 96" (8'0"); Shell 12 gauge type 304 stainless steel barrel; Heads 12 gauge type 304 stainless steel, dished and flanged; Finish Barrell #4 interior finish, Heads #4 interior finish, Welds W4 interior finish; Baffles type 304 stainless steel, minimum of four (4) positioned so as to insure the integrity of the internal wash system and provide road safety with less than full load; Roll Guard None; Rings 10 gauge type 304 stainless steel channel rings and bolsters fully welded to barrel; Insulation 3" Styrofoam; Electric heater (2) flanged metal heater elements #6FLS60241-PI 1 installed forward and 1 installed rearward of trailer approximately 8' from center; Outer jacket 24 gauge type 304 bright annealed jacket, 22 gauge type 304 bright annealed jacket heads, covered bolsters; Coupler height 48" ground to kingpin plate; TANK FITTINGS: Spill dam 24"x48" type 304 stainless steel platform with non-slip on surface around manway. All welds ground and polished; Drains none; Manway (1) 2" Betts #8327 type 316 stainless steel with 4 lugs and a white hypalon gasket; Vents (2) 3" stainless steel butterfly valve with NPT threads; Piping (2) short pipe extensions fro rear head to outlet valve with 3" flange; Fittings (2) 3" stainless steel acme thread with cap; Suction Line None; PUMP: Install electric pump in rear of cabinet. Pump must be able to load and unload potable water. Pump must also be able to "run clean in place system" utilizing the hook-up connection at the rear-head with 100 gallons of water. Pump cabinet (1) stainless steel cabinet at read to house pump, valves and clean in place system; Pump fittings All fittings required for pump and clean in place system; TRIM: Catwalk -- none; Wash system (2) 4" sprayball clean-in place system with 2" inlet behind dome lid and 2" inlet through rear head 1 " piping. sprayballs and piping mounted approximately 10" off floor, offset from center; Spill tray none; Ladder (2) aluminum ladder with perforated step rungs and wide top platform step. 1 each side; Thermometer (1) 0-250 degree F bulb type, curbside near ladder; Hose carrier (2) aluminum 7" x 20' (1 mounted streetside and 1 mounted curbside with door to rear); Fenders (2) ribbed aluminum full tandem single radius front, (2) ribbed aluminum full tandem, double radius rear, (4) mudflaps, 1 behind each front and rear fender, stainless steel pipe bracing with stainless steel U-bolts; Tool box (1) stainless steel 30" tall x 30" deep x 48" wide mounted ahead of suspension with extra bracing; Tire carrier at landing gear; Product tags none; Placards none; Permit holder Betts PS-1; Chain hooks none; ELECTRICAL SYSTEM: Lights 7-way receptacle with trucklite lights per DOT, (2) stop and tail lights each side at rear in bolt-on stainless steel light panels, model 60 trucklite at center for marker and directional signal; Nose box Berg mounted on lower half of front head; Worklight None; Back-up lights Standard; UNDERCARRIAGE: Subframes Type 304 stainless steel framing for running gear, landing gear, and coupler plate frame; Suspension Hutch CH9700-T flange mount with tanker option 49" spread; Springs (4) Hutch #354-00 3-leaf hi-arch 1" axle seats; Axles (2) Ingersoll 5" round F22S, 71 " track, " wall, 16 "x7" "Q" series; Wheel end type 10-stud hub pilot (HP10);Hubs (4) conmet preset aluminum, eaton oil seals and STEMCO hubcaps; Drums (4) Outboard Centrifuse (HP10); Dust shields None, Hubodometer None; ABS Midland FF (2/S1/M); Brake chambers (4) type 30/30 spring brake chambers; Slack adjusters (4) 5 " automatic slack adjusters; Wheels (9) 8.25x22.5 aluminum 10 hole disc; Tires (9) 11R22.5 Michelin XT-1 radials; Upper coupler adjustable steel kingpin plate assembly; Landing gear Power gear (airover hydraulic) assembly rated at 78,000 lbs; Bumper 4"x4"x60" stainless steel tube; Underide None required; FINISH: Paint Carbon steel parts cleaned, primed and painted black acrylic enamel; Conspicuity 1" wide reflective tape per DOT minimum coverage; Signs Standard caution decal package; Calibration Theoretical with charts in 1" increments; Registration None; Government seal provision None; and License holder required. This announcement constitutes the only solicitation; Proposals are being required and a written request for proposal will not be issued. The solicitation isissued as a Request for Proposals (RP). Contractor must meet all requirement detailed in this synopsis. Government's desired delivery time is 60 days ARO. Please specify best delivery time ARO. Deliveries including testing, inspection and acceptance will be conducted at the following locations: Bothell, WA; Denton, TX; Lakewood, CO Thomasville, GA and Maynard, MA. Include shipping charges, if any, in your proposal as a separate line item. It is anticipated that a firm-fixed price single award contract will result from this proposal. Technical and past performance is of greater importance when compared with price. Offerors must include price for each trailer and descriptive literature. Failure to comply with all requirements may result in the rejection of your offer. Offerors are to include a completed copy of the provisions at 52.212-3 Offeror Representation and Certifications Commercial Items with their offer. The following clauses also apply 52.212-1 Instruction to Offerors Commercial Items, 52.212-2 Evaluation Commercial Items, 52.212-4 Contract Terms and Conditions Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items, 52.226-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52..225-3 Buy American Act Supplies (41 U.S.C. 10). The SIC is 5012; the small business size standard is 500 employees. The due date for submission of offers is June 9, 2000 at 4:00 P.M., local time to FEMA, Mt. Weather Emergency Assistance Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135. All requests for information are to be addressed to Mrs. Jennie Nickleson, Contract Specialist, at 540-542-2133. Technical and/or administrative questions must be received no later than five business days after publication to the address for submission of quotes shown above. Any amendments to this solicitation will be published in the same manner as the initial synopsis/solicitation. Posted 05/12/00 (W-SN454204). (0133)

Loren Data Corp. http://www.ld.com (SYN# 0151 20000516\23-0001.SOL)


23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page