Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2004 FBO #0999
SOLICITATION NOTICE

42 -- 400 Gallon Ground Fuel Service Trailer

Notice Date
8/19/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM NATIONAL INTERAGENCY FIRE CENTER 3833 S DEVELOPMENT AVE BOISE ID 83705
 
ZIP Code
83705
 
Solicitation Number
RAQ044009
 
Response Due
9/7/2004
 
Archive Date
8/19/2005
 
Point of Contact
Kathleen M. Colson Contracting Officer 2083875545 kathy_colson@nifc.blm.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Firm, fixed-price offers are requested under Request for Quotations (RFQ) solicitation #RAQ044009. This document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2001-24. This solicitation is set-aside 100% for small business. The NAICS code is 336212. The business size standard is 500 employees. STATEMENT OF WORK - The Bureau of Land Management has a requirement to purchase a fuel service trailer to be used in the support of prescribed and wildland fire suppression activities in the 10 western states. The fuel trailer shall be designed for severe off highway use and constructed to handle the rough unimproved road conditions found throughout the western states. Contractor shall provide a unit which meets or exceeds all specification as well as requirements of NFPA 385 and DOT MC406 and shall provide any additional technical and structural engineering required for a fuel service trailer that is operated in conditions where road and environment place stresses much greater than those found on primary and secondary roads. DESIGN - The unit shall be a 400 Gallon, in-field ground fuel service trailer. Unit shall meet or exceed requirements of NFPA 385 and DOT MC406. This unit is a developmental fuel trailer to serve as a prototype for future fuel trailer purchases. Any improvements or deficiencies shall be addressed as they are made known. TANK - The tank shall be a single 36 inch diameter, cylindrical, ASME certified 400 gallon three compartments MC 406 rated tank constructed of 304 Stainless Steel. Compartment sizes front 90 gallon gasoline, middle 260 gallon diesel and rear 50 gallon mixed gasoline and diesel (drip torch fuel). Tank shall be designed for off-road use and shall be equipped with the following: Dished and Flanged Surge heads; Full length double leg flashing; One 2 inch Fill Pipe per compartment; One 6 inch inspection hatch per compartment; Capacity indicators; Non-slip expanded metal on walkways; FMVSS 108 compliant LED lighting system; One weatherproof aluminum cabinet attached to front of the trailer; Cabinet door to have locking handle. TRAILER - The trailer shall be: G.V.W.R. 9,990 LBS.; G.A.W.R. 5,080 LBS. Each Axle; Coupler 2 5/16 Inch Ball Hitch; Safety Chains 1/4 Inch GRD. 70 With Safety Latch Hooks 2 EA.; Jack 2000 LB. Top Wind Bolt On; Axles Two 5200 LB. Cambered Axles with Electric Brakes; Complete Break-A-Way System with Charger; Suspension Multi-Leaf Spring or Torsion Bar with Equalizer; Heavy Duty Shocks; Tires ST225/75-15 Load Range D; Wheels 15 X 6; Spare Tire Mounted In Trailer; FMVSS 108 Compliant LED Lighting System; Electric Plug 6 Way; All Trailer Wiring Shall Be Class 1, Div 1 Compliant. VENTS - Unit shall be equipped with positive/negative pressure vents on each tank compartment. LOW POINT DRAIN - The tank compartments shall be equipped with a cable operated low point drain valve to allow water to be removed from the tank. The drain valve shall be located at the rear of the tank and shall be equipped with a secondary valve, cam lock adapter and lockable dust cap for safety purposes. PUMPS - Three 12 volt pumps, one for each fuel compartments. Pumps shall be able to operate simultaneously. Fueling shall be at the rate of 0-15 gpm for gas and 0-20 gpm for diesel. A meter shall be supplied for the gasoline and diesel pumps. Two auxiliary batteries shall be provided and mounted in the trailer to provide a power source for the fuel pumps. The two auxiliary batteries shall be charged from the tow vehicle. EMERGENCY CONTROLS - Emergency shutdown shall be accomplished by two remote stations mounted on the unit. One station shall be mounted on the right rear and the other shall be mounted in the left front of the cargo tank. The system will close all vents, internal valves and disengage the pump. All operational controls shall be marked for proper operations. Emergency controls shall be marked IAW NFPA 407 and MC406 requirements. FILTRATION - Petro-Clear, 511 Series filters shall be installed in the diesel and gasoline system. Filters are not required on the mixed gasoline diesel compartment. A 30 micron element for the diesel side, and a 10 micron element for the gas side is required. Elements shall be able to be changed with the tank full of product. HOSES - Unit shall be equipped with three petroleum grade fuel hoses. One - 3/4 inch x 15 foot for diesel , one - 3/4 inch x 15 foot for gas and one 3/4 inch x 15 foot for mixed fuel. NOZZLE - A nozzle with swivel shall be installed on each hose. One with a red unleaded spout for gasoline and one with a green diesel spout for diesel fuel. STANDARD SAFETY AND CONVENIENCE EQUIPMENT - The following equipment shall be included on the unit: Two Fire Extinguishers rated at 20-BC; One ground reel shall be mounted. It shall be equipped with a heavy duty ground clamp and stop ball; Pumping operating instruction plates shall be mounted on the door inside the storage cabinet; Chock block Zephyr number SAC44 and holder number SQCH44 shall be installed. FLOW TEST - Unit shall be flow tested for proper operation of the subsystems. FINISH - Trailer shall be painted with automotive acrylic urethane or polyurethane paint, number 2 fire truck yellow (lime yellow), conforming to Federal Color Standard 595b, color chip 13670. Tank shall be stainless steel (mill finish with polished welds), diesel pump shall be green, gas pump shall be red. DRAWINGS. - The drawings for the unit are hereby incorporated into these specifications and are listed here: (a) Drawing "Fuel Trailer" - 1 page, (b) Drawing "Fuel Trailer Skid Mount" - 1 page, (c) Drawing "Fuel Trailer Tank/Plumbing" - 1 page. Copies of these drawings can be obtained upon request from the Contracting Officer. MANUALS - The contractor shall provide two sets of operations manuals. Manuals will include process flow diagrams, trouble shooting instruction, parts breakdown and manufacturers maintenance manuals. WARRANTY - The Manufacturer shall warrant all services performed under this contract shall, at the time of acceptance, be free from defects in workmanship and materials and conform to the requirements of this contract for a period of 12 months from the date of final acceptance. The contractor shall provide to the Government any and all warranties provided by major component and equipment manufacturers. PRE-WORK CONFERENCE - A pre-work conference shall be held prior to construction of the fuel trailer to review contract specifications, materials requirements, delivery schedule and payment procedures. The conference, which may be accomplished by conference call, shall include the Government representatives and the contractor. The date and time of the meeting, or conference call will be scheduled by the Contracting Officer in consultation with the Contractor and the Governments representatives. INSPECTION - The Government has the right to inspect and test all supplies called for by the contract during normal business hours Monday - Friday 0800 - 1700 (excluding Holidays) at the Contractors facility during the period of time of manufacture. Final inspection of the completed fuel trailer shall be performed by the Governments representative at the Contractors facility. ACCEPTANCE - Final acceptance of the fuel trailer shall be the responsibility of the Contracting Officer. DELIVERY - The Government requires delivery of the fuel trailer, 240 days from the contractor's receipt of order. F. O. B. contractor's facility. EVALUATION - The Government shall award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1 - Technical Capability - Offeror shall furnish product literature for review that shall include: (1) Warranty provisions; (2) Engineering capabilities; (3) Fuel service experience in off-road condition; (4) Ability to provide the fuel trailer per the above specification and time frames; (5) Description of materials used. Factor 2 - Price. Factor 3 - Past Performance - (1)Offeror shall provide a discussion of their previous fuel trailer manufacturing experience from a period of time within the past three years. (2)Offeror to provide a list of their last five fuel trailer customers. The following provisions and clauses apply to this procurement: 52.204-06 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER; FAR 52.204-07 - CENTRAL CONTRACTOR REGISTRATION; FAR 52.212-01 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATION; FAR 52.212-04 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS - COMMERCIAL ITEMS (para (b) following clauses apply; FAR 52.219-06; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-01, FAR 52.225-13; FAR 52.232-33). The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/far or upon request from the Contracting Officer. Quotes must be submitted in writing on a SF 1449 or on company letterhead and must include the RFQ number, the company name, point of contract, address, phone number, fax number, DUNS number, the delivery period in terms of the number of weeks or days, the unit price, the extended price, any prompt payment discount terms along with a completed copy of the FAR 52.212-03 clause and the information requested for evaluation. Quotes shall be received by September 7, 2004, 4:00pm local time to the Bureau of Land Management, National Interagency Fire Center, Attn: Kathy Colson, 3833 South Development Avenue, Boise, ID 83705-5354, by FAX at 208-387-5574 or e-mail at kathy_colson@nifc.blm gov. Contractors must be registered at http://www.ccr.gov to be considered eligible for award. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=743790)
 
Record
SN00647640-W 20040821/040819212627 (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.