SOLICITATION NOTICE
23 -- Travel Trailers
- Notice Date
- 10/10/2005
- Notice Type
- Solicitation Notice
- NAICS
- 336214
— Travel Trailer and Camper Manufacturing
- Contracting Office
- DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, Readiness, Response & IT Branch, 500 C Street, S.W., Room 350, Washington, DC, 20472
- ZIP Code
- 20472
- Solicitation Number
- HSFEHQ-05-Q-TT
- Response Due
- 10/14/2005
- Archive Date
- 10/15/2005
- Description
- 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. Solicitation Number HSFEHQ-05-Q-TT is being issued as a Request for Quote (RFQ) with the intent to award multiple contracts. The Federal Emergency Management Agency (FEMA) has a requirement for Travel Trailers. The proposed unit must meet all of the following specifications: General Travel trailers being procured under this contract are for the purpose of providing temporary housing. The units are subjected to continuous road travel, multiple installations and deactivations, and various weather conditions. The standards shall not be considered restrictive in that the supplier may provide ?equal or better? units considering that the competitive price and delivery requirements can be met. The construction and outfitting standards identify minimum square footage of living space, floor plan configuration, finishes, furnishing and environmental living conditions necessary to provide emergency housing for disaster relief operations. All exterior openings such as windows, doors, drain pipes; etc? will be caulked with a clear, non-hardening weatherproof sealant to prevent air and moisture penetration. The units shall meet industry standards except where identified. These units will not include awnings, stereos, holding tanks, and/or any optional accessories. Quality of Construction The specifications establish the minimum standards for travel trailer construction and outfitting to meet FEMA contract requirements. This specification does not constitute any expressed or implied deviation or waiver of any requirement of the U.S. regulatory requirements from the governing agency. All units to include furnishings and appliances must be new. The manufacturer shall design and construct all units under this contract within a superior grade quality of workmanship. Size and Configuration Type FEMA Model Travel Trailer Exterior Length 32-35 ft Exterior Width 8 ft (Not to exceed) (No Slide-out units) Screwjack Non-detachable (No fifth wheel units) Electrical System ? AMPS 30 Amp power cord (50 ft long). Electrical System ? Volts 120/240 V Furnishing Fully Bedrooms Sleep 6. There must be two bedrooms of which one must be contain a double bunk. Bathroom 1 (residential commode and no holding tank) Refrigerator Yes - (Residential) 14 cf. Frost-free electric refrigerator with freezer Range and Oven Yes - (Gas) The each unit must have a gas range and oven. NOTE: The gas appliances must have auto (electronic) ignition Washer Capacity No Dryer Capacity No Air Conditioner Yes (Roof top) Furnace Yes Microwave Yes Water Heater Yes, Gas, 10 Gal (auto electronic ignition). Exterior Covering Industry standard Smoke Detector Yes, in kitchen area, and each bedroom/sleeping area. Fire Extinguisher Yes Electrical Service Receptacles Interior Receptacles Electrical receptacles will be installed at convenient locations throughout the unit. Receptacles located near or in wet areas must be protected with ground fault interrupter protection. Exterior Receptacles Each home will be provided with a heat tape receptacle located near the water inlet. Exterior receptacles must be protected with ground fault interrupter protection. Phone and Cable Television Jack: Each unit shall have a television jack and a telephone jack installed in the living room and master bedroom area. Plumbing Service Plumbing System Industry standard plumbing system will be installed. The holding tank will not be installed. Winterization All drain lines shall have antifreeze poured into all traps, including washer drain, after the flood test. Faucet Assemblies All faucet assemblies in the home shall be of the dual shutoff valve type. Bathroom The bathroom shall also have the manufacturer?s standard vanity with lavatory, medicine cabinet with mirror and accessories (paper holder, towel bars/hooks). All interior plumbing must be assembled. All bathroom fixtures shall be of the same color. Commode The unit will have a residential commode. The water storage tank, seat and cover shall be the same color as the commode bowl. *Each unit will have a residential plumbing with no holding tank. Sewer Line The sewer line will exit the home approximately than two feet (2') and not more than three feet (3') behind the rear axle. The exit pipe shall protrude approximately six inches (6"), but not more than eight inches (8"), from the underlying, shall have a threaded end, and be capped with a removable plastic cap and chain. Appliances Water Heater A 10-gallon auto electric ignition water heater. Range A auto electric ignition cooking range having, four (4) burners, thermostatically controlled oven, and a lighted, power-vented range hood Refrigerator Residential 14 c. f. frost-free electric refrigerator with freezer. Microwave Oven Each unit will have a minimum 1.2 cu. ft microwave. Furnishings Furnishings shall be the manufacturer?s standard for functional quality (provides usability, comfort and minimum maintenance). All furniture shall be assembled with all packing material removed. All furniture shall appropriately secure to prevent damage during transport. Bedrooms. One bedroom shall have minimum full-size bed. The other bedroom shall have a double bunk w/ storage. Living Room Each living room area will be furnished with sleeper sofa, capable of sleeping adults. Dining Room The dining room area will be furnished with dinette table and seating. Interior Heating and Cooling System (NOTE: Furnace and A/C shall use the same thermostat) Furnace The unit will be equipped with a furnace capable of operating on liquefied petroleum (LP) gas. The unit shall have a 34,000 BTU Furnace and In-Floor Ducted Heat with a wired thermostat connected and completely installed. Also if a battery is needed, then a battery and cover must be included. Air Conditioner (A/C) 15,000 BTU Ducted Roof A/C wired and connected with the furnace. Window units are not acceptable. Safety Equipment Smoke Detectors Each unit will include three battery-operated smoke detector (battery included). Smoke detectors shall be equipped with push-button testing devices. Fire Extinguisher Each home will be equipped with a five-pound A-B-C type fire extinguisher and a mounting bracket. Gas Detector LP gas detector. LP Tanks Double 30 LB LP bottles w/auto change-over gauge and bottle covers Steps Double entry steps-welded to frame Jacks Four corner stabilizer jacks with pads Exterior Covering Siding Industry standard with an entry assist handles at entrance/exit each door. Enclosed underbelly. Roof Seamless medal roof (industry standard) covering. Rain gutter w/corner downspout along the roofline. Exterior Door Lock Flush mounted combo entry dead-bolt lock. Interior Covering Floor Covering Living room and bedrooms shall have carpet and pad. Duct openings shall be covered with a 4" x 10" metal, adjustable louvered covering (register). No carpet shall be installed in the bathrooms and/or kitchen. These areas shall be covered with continuous, roll non-foam resilient sheet vinyl tension flooring. Window Covering Mini Blinds for all windows except bedrooms with bunks, which shall be covered with flame retardant curtains. Transport FEMA Acceptance Units will not be accepted as FEMA property until an appropriate FEMA Rep inspects and signs for the unit. FEMA must have a copy of all shipping documents. FEMA reserves the right to reject any unit due to damages, non- road ready and/or transportable unit, and/or non-specifications compliance. The unit must be made transportable and road ready prior to acceptance. Units that are not in a transportable and road ready condition (such as flat tires, damaged axles, etc) will not be considered acceptable. . Miscellaneous Master Keys The unit manufacturer or supplier shall furnish 3 sets of keys for homes procured. Master keys shall be provided and packaged separately. The master keys must be received with delivery of the first unit. Warranty The company the unit is purchased from will be FEMA?s point-of-contact (POC) for all warranties, this includes the actual unit, A/C, furnace, water heater, and all furnishings and appliances. The company supplying the unit must identify a POC for handling warranty items and the company needs to provide FEMA the procedure for reporting warranty items. Certificates of Origin The certificate of origin must be provided. Quotes must contain a price per unit, a price per mile for delivery of units, the best possible (but realistic) production/delivery schedule through December 1, 2005, three (3) vendor references for past performance evaluation, and address of the manufacturing facility (farthest from Baton Rouge, LA for price evaluation). This procurement may be quoted as follows: Line Item 0001 Supplies: Travel Trailer Unit: Each Unit Price: $________ Line Item 0002 Service: Delivery Unit: Mile Unit Price: $______ (per unit per mile) Quote submissions must include detailed specifications and a floor plan for the unit that is proposed. Quotes shall be evaluated as a best value. The government intends to make multiple awards from this solicitation. The following provisions apply to this solicitation: 52.212-1 Instructions to Offerors ? Commercial Items 52.212-2 Evaluation ? Commercial Items 52.212-3 Offeror Representations and Certifications ? Commercial Items. The vendor must be registered with ORCA. Vendors may register electronically at http://orca.bpn.gov/. The resulting contracts shall include the following clauses: 52.212-4 Contract Terms and Conditions 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. 52.233-4 Applicable Law for Breach of Contract Claim 52.232-25 Prompt Payment 52.232-33 Payment by Electronic Fund Transfer ? Central Contractor Registration. The vendor must be registered with CCR. Vendors may register electronically at http://www.ccr.gov/. 52.211-11 Liquidated Damages. The Liquidated Damages clause will be for a $60.00 per unit per day deduction for each day a unit is late according to the accepted production and delivery schedule. HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates Basis for Award: The Government will make award to the responsive, responsible firm, whose quotation is most advantageous to the Government. Price and other factors considered. This is a best value procurement. The Government may or may not award to the low price quotation. Delivery schedule is considered to be of greater importance than price. The Government will utilize the evaluation criteria identified below, listed in descending order of importance. I. Technical Capability (Meets all specifications) II. Delivery Schedule (October 17, 2005 through December 1, 2005) III. Past Performance (provide three references) IV. Price - The evaluated price will be determined by the per unit price plus delivery estimate from manufacturers location to Baton Rouge, LA. Questions for this solicitation are due no later than 5:00 PM Eastern Time October 12, 2005 and should be submitted via email at jonathan.gibb@dhs.gov. Quotes are due no later than 5:00 PM Eastern Time on October 14, 2005 at the FEMA Headquarters Contracting Office. Oral Communications are not acceptable in response to this notice. All responsible sources may submit an offer, which shall be considered by the agency. Quotes may be submitted by Mail or Email. Quotes submitted via mail shall be sent to: FEMA Attn: Jonathan Gibb 500 C Street S.W. Room 350 Washington, D.C. 20472 Quotes submitted via email shall be submitted to jonathan.gibb@dhs.gov.
- Place of Performance
- Address: Continental United States., Delivery locations for the units vary to different locations within Presedetial declared disaster areas.
- Record
- SN00913743-W 20051012/051010211508 (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 |