Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2003 FBO #0438
SOLICITATION NOTICE

42 -- REPLACE WATER TANK IN PIERCE ARROW, FIRE TRUCK CLASS A PUMPER

Notice Date
2/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
M00681 Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068103T0111
 
Archive Date
3/27/2003
 
Point of Contact
GLORIA MUCHEMORE 760-725-1937 MSGT WILLIAM HEPLER 760-725-3418
 
Description
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. This announcement constitutes the only solicitation; quotes are being requested and a full written solicitation will not be issued. Solicitation Number is M00681-03-T-0111 is issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-11 and DCN. 20021220. The North American Industry Classification System code is 333911- 500 employees. The Item is as follows: Item 0001. Requirement for vehicle repairs on a 1987 Pierce Arrow Fire Truck Class A Pumper VIN #1P9CT01G4GA040406, Vehicle #283212. To include the estimated cost to replace a water tank with a new Poly Tank from UPF with a Lif etime Warranty against defects. Cost for parts and labor for the tank (removal of old tank and installation of new tank. Quantity; one (1) each. To be picked up and delivered by Government personnel. SCOPE OF WORK. TANK UPGRADE AND REPAIR FIRE PUMPER PUMPING SYSTEM TO NFPA 1901 STANDARDS. Water tank shall be sized to replace the old tank and so as not to change the hosebed heights. The tank shall be constructed using a virgin polypropylene sheet with a minimum thickness of ??. This material shall be a high impact co-polymer (HIC), non-corrosive, stress relieved thermoplastic, UV stabilized for maximum protection with the following minimum properties: Properties Value ASTM Method Tensile strength, psi 3800 D638 Elongation at break, %yield 500 D638 Flexural Modulus, 10 psi 195 D790B Rockwell Harness, R scale 75 D785 Deflect ion Temp., at 66 psi, degrees F, (degree C) 190 (cc) D648 Izod impact strength, 1/8? notched, ft.lb./in. D256 @ 23 degree C No break @-20 degree C 2.5 This material shall be referred to in the rest of this specification as ?HIC polypropylene.? All joints and seams shall be nitrogen welded and tested for maximum strength and integrity. All swash partitions shall interlock and be welded to each other as well as to the walls of the tank. Care will be taken not to scratch the outer shell of the tank as the tank sides will be partially exposed in the finished product. All exposed corners shall be finish routed to eliminate sharp corners and to give the tank a neat appearance. SUBFRAME CONSTRUCTION A subframe weldment shall be provided to adequately support the tank, compartments and fender modules in their fully loaded and equipped condition. This subf rame shall be constructed of mild steel, stainless steel or aluminum, in either structural channel, rectangular box tubing or any combination thereof. The design shall allow for proper interface between all body and fender modules as well as ample clearances for the tank. The design shall also consider crossmember spacing as it relates to unsupported area under the tank, which shall not exceed 530 square inches. On tanks over 40? in height, an unsupported area of not more than 400 square inches must be maintained. All tanks shall be isolated from the crossmember with a minimum of ?? thick 60 durometer rubber strips. This tank is designed on the free floating principle, the subframe must incorporate provisions for capturing the tank both front and rear as well as side to side to prevent shifting during vehicle operation. This shall be accomplished through the use of pre formed steel retainer brackets, one on each s\end of the tank bottom. These brackets shall encapsulate a crossmember support as part of the subframe. The completed subframe shall be attached to the truck frame rails Final clamping shall be accomplished through the use of heat treated u-bolts. REPAIR TWO LEAKS IN PLUMBING. Repairs shall use class 150 malleable black iron fittings conforming to American National Standards Institute AWU 16.3 q 150 psi saturated steam pressure q 300 psi wog at 150 degrees F. q Material specification is ASTMA-197 Black pipe shall conform to ASTMA-733 WATEROUS CS SERIES PUMP q Pump packing has been adjusted too far and the packing glands are adjusted in at an angle. This has damaged the shaft. q Relief valve needs a new control body base. q Control and valve need to be rebuilt. Replace pump packing with flexible graphite ro pe. Replace pump shaft assembly to include shaft and also include S11, S14, S13, S12, S4, S3, S34, S32, S27, S105 and balance nuts. WATEROUS Y SERIES PUMP TRANSMISSION The pump transmission is noisy and leaks. q The pump transmission will have to be pulled, the pump case split and the shaft impeller assembly replaced. q The pump transmission is noisy and leaks. q New bearing seals and chain needed. Replace bearings T1, T3, T6, T25, T15 and T183 Replace seals and gaskets Replace T18 chain assembly and connecting pin and T135 driven shaft assembly. ALL GAUGES SHALL BE 30 INCHES OF VACUUM, 0 to 600 psi. The stem and Bourdon tube shall be filled and sealed with low temperature material so that water cannot enter the tube and freeze or cause water hammer damage. Case will be filled with interlube. Face shall be white with black lettering. Gauge shall meet or exceed t he ANSI and NFPA standards. Repair water valves Rebuild (40 Waterous 2 &1/2 disscharges. q There are three (3) crosslays, tank fill & recirculating, tank fill, driver?s side auxiliary suction, four (4) 2 &1/2 discharges, deluge gun discharges, four (4) foam system ball valves, tank discharge, tank drain valve, and pump drain valve. The front suction valve needs to be replaced q Replace all discharge gauges as well both master compound gauges. The ignition switch system needs both the switch and the relay-solenoid. q Driver?s side SAE J591 hi-corner spotlight needs to be replaced. EVALUATION CRITERIA. The Government will award a contract resulting from the solicitation to the responsible quoter whose offer conforming to the solicitation will be most beneficial to the Government, price and other factors considered. 1. Technical. Contractor is require d to submit descriptive literature in the product they propose to furnish. NOTE: ANY DEVIATION WHATSOEVER FROM THE ABOVE SPECIFICATIONS MUST BE ACCOMPANIED BY DETAILED PRODUCT DESCRIPTION, MANUFACTURER?S LITERATURE, AND A CLEAR EXPLANATION WHY THE DEVIATION WILL MEET THE GOVERNMENT?S REQUIREMENTS. 2. Warranty. Replace water tank with a new Poly Tank from UPF with a Lifetime Warranty against defects. 3. Delivery. 4. Past performance ? Please provide references of at least two previous contracts. 5. Price. ADDITIONAL INSTRUCTIONS AND SCOPE OF WORK 1. Any expenses for damages to buildings grounds on the part of the contractor will be the responsibility of the contractor. 2. The contractor?s employees shall observe and comply with all base rules and regulations applicable to contract personnel, including those applicable to the safe operation of vehicles, and shall not be present in locations not required for the proper performance of this contract. 3. Contractor personnel performing work under this contract shall wear uniforms or other clothing that distinguishes them as an employee of the contractor. 4. Contractor personnel and equipment entering a military installation may be subject to security checks. Contractor personnel shall abide by any direction given by Military Police or other security or safety personnel acting in accordance with their duties. 5. All contractor personnel performing work under this contract, who require access to military installations, shall obtain appropriate vehicle passes from the Provost Marshall?s Office (PMO). 6. The Commanding General of each base has broad authority to remove or exclude any person in fulfilling his responsibility to protect personnel and property, to maintain good order and discipline, and to ensure the successful and interrupted performance of the Marine Corps mission. In exercise of this authority, the Commanding General of each base may bar Contractor employees. Debarment of an employee does not relieve the contractor of the responsibility to continue performance under this contract. The contractor shall not employee an individual for the performance of this contract, which may violate DoD Joint Ethics Regulations, DoD Directive 5500.7 or create a conflict of interest or an appearance of a conflict. All responsible sources may submit an offer. All Contractors submitting a quotation are reminded that you must be registered in the Central Contractor Registration (CCR) database to be considered for award. The Website for CCR is http:/ccr.ccr2000.com. The following provisions apply to this acquisition. FAR 52.212- 1 Instructions to offerors - Commercial Items (MAR 2000), FAR 52.212-4 ? Contract Terms and Conditions ? Commercial Items (MAY 1999). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Orders - Commercial Items with the following applicable clauses for Para (b) apply to this acquisition; (11) (12) (13) (14) (15) and (24). The following DFAR Clauses apply to this acquisition: DFAR 252.212-7001 ? Contract Terms and Conditions required to implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items with the following applicable clauses for Para: (b): DFAR 252.225-7035 Buy American Act ? North American Free Trade Agreement Implementation Act ? Balance of Payments Program Certificate. Quotations are solicited FOB Destination to Camp Pendleton, Ca. Delivery is required for all items on or April 30, 2003. The Governme nt will award a contract resulting from this solicitation to the responsible offeror conforming to the Proposal will be most advantages to the Government. Technical Capability; Contractor is to explain in detail how he will meet the requirements identified in the description of item; provide descriptive literature of the product he proposes to furnish, what type of Warranty is included, Delivery Date, and Cost can be a factor. Quotes shall be submitted no later than February 27, 2003. Quotes can be sent via U. S. Postal Service to Regional Contracting address is Regional Contracting Office, P.O. Box 1609, Oceanside 92051-1609. If a quote is to be sent via Federal Express, California 92055 Attn: Gloria Muchemore . If a quote is sent via Federal Express, the address is: Regional Contracting Office Building 22180, MCB, Camp Pendleton California 92055 Attn: Gloria Muchemore Ph one Number (760)-725-1937. Faxed quote should be addressed to Gloria Muchemore (760)725-8445/4346, and clearly state the solicitation number on the first page to ensure receipt. Contractors bear the burden of ensuring that all pages of the quote reach the designated office before the deadline specified in the solicitation. Quotes shall include a completed copy of the provision at FAR 52.212-23, Offerors Representations and Certification-Commercial Items (the best way to complete this certification is to download the FAR Clauses (Volume II) at http:/www.arnet.gov.far, (print out the clause FAR 52.212-3, and fill in the appropriate blanks). Award is anticipated on May 05, 2003. Quotes, including price, are binding for 30 days after submission and written acceptance of an offer by the Government will result in a Contract.
 
Web Link
muchemoregl@pendleton.usmc.mil
(http://)
 
Record
SN00257476-W 20030213/030211213815 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.