Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2004 FBO #1010
SOLICITATION NOTICE

42 -- 42- Total Containment Vessel for Explosive Ordnance Disposal

Notice Date
8/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
Reference-Number-F7390042150100
 
Response Due
9/20/2004
 
Archive Date
10/8/2004
 
Point of Contact
Charles Burton, Contract Specialist, Phone 618-256-9268, Fax 618-256-5237, - Wayne Shavers, Contract Specialist, Phone 618-256-9280, Fax 618-256-5237,
 
E-Mail Address
charles.burton1@scott.af.mil, Wayne.Shavers@scott.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The 375th Contracting Squadron at Scott AFB, IL is contemplating an award. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUEST FOR QUOTE. THE GOVERNMENT MAY CANCEL THIS RFQ AT ANY TIME IF FUNDS DO NOT BECOME AVAILABLE. IF FUNDS DO BECOME AVAILABLE THE GOVERNMENT WILL ISSUE A PURCHASE ORDER TO THE VENDOR WHO SUPPLIES THE SUCCESSFUL QUOTE. Offerors quotation must be good through 30 Sep 04. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2001-24 and Defense Acquisition Circular 91-13. The requirement is for one NAPCO, trailer mounted, Model 64-GT-SCS Total Containment Vessel (TCV) or equal, with on-site training provided. Salient features include: 3 lbs gas-tight TNT explosive rating, 15 lbs conventional venting, 15 lbs military C-4 maximum explosive containment, 34 inch door access, door access port located 90 degrees from trailer floor, side loading door port, automatic hydraulic yoke system door operation with emergency back-up system, telescoping internal basket assembly enabling suspect packages to be remotely loaded, ability to withstand repeated detonations with minimal rework, must be certified to operate from ?32 degrees (F) to +120 degrees (F), unit must come with certified test report radio-graphed to the requirements of ASME Section 8, vapor phase post event capability, ability to decontaminate provided on system. The TCV shall be capable of operating in two separate modes. A gas tight mode that shall safely contain all the gases generated from a denotation of no less than 3 pounds of C4 (or equivalent explosives) as well as a controlled vent mode that shall be capable of containing a detonation of no less than 15 pounds of C4 (or equivalent explosives). The access door to the TCV shall be located on the side of the vessel, at approximately a 90 degree angle to the ground, for safely loading and unloading suspect devices utilizing current Air Force robotic capabilities and practices. The access door to the TCV shall be able to be remotely operated, with no less than a twenty foot stand-off for the operator. A back-up design shall be provided that shall enable the operator to open and close the door to the TCV in the event of loss of the primary system. A basket or cradle type system shall be provided that shall enable smooth loading and unloading of suspect devices without requiring the need to reach inside the vessel opening. A fragmentation sleeve or collar shall be provided inside the vessel for hard-cased devices. The TCV shall have a sealed electrical pass thru to allow for a counter charging capability. It shall also contain drain and fill ports for decontamination as well as a sampling capability to enable monitoring and sample collection after detonation or during the treatment process. The TCV shall be solidly affixed to the trailer, ensuring stability while at the same time allowing radial expansion of the vessel in the event of a detonation. The door of the vessel shall face the rear of the trailer, maximizing accessibility and minimizing obstructions to view. The trailer shall be sized so as to provide a stable platform for the containment vessel without being excessive in size or height. It shall be provided with an electric brake system and shall meet all DOT requirements for licensing in the United States. A pintle hitch shall be provided for towing the unit. Accessories for the trailer shall include a spare tire and changing kit, all weather tarp to cover the entire unit during storage, area lighting that shall illuminate the TCV loading door, sealed storage box for tools and the tarp when not in use, stenciling on the TCV door (not to exceed 25 letters) as well as response strobe lighting that shall be wired through trailer plug. Training to include both operator/use, maintenance and servicing will be included in the price and will take place at Scott AFB. A minimum of two copies of all operators? manuals, both paper and electronic, will be supplied with each unit. The Government desires FOB Destination. Anyone not quoting FOB Destination should include estimated freight/shipping cost with their quote. Offerors must provide warranty information specific to all equipment. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference: FAR 52.211-6, Brand Name or Equal. FAR 52.212-1, Instructions to Offerors, Commercial Items. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS WITH THEIR QUOTE. 52.212-4, Contract Terms and Conditions -- Commercial Items. FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.214-21, Descriptive Literature; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-34, F.O.B. Destination. In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submision of Payment Requests. Department of Defense (DoD) Apropriations Act of 2001, Section 1008 Electronic Submission and Prossesing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirment. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors.
 
Place of Performance
Address: 701 Hanger Road, Scott AFB IL
Zip Code: 62225-5015
Country: USA
 
Record
SN00660364-W 20040901/040831064241 (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.