Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2006 FBO #1727
SOLICITATION NOTICE

38 -- New 3,000 Gallon Jet Refueler

Notice Date
8/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
USPFO for Idaho, 3489 West Harvard Street, Boise, ID 83705-6512
 
ZIP Code
83705-6512
 
Solicitation Number
W912J7-06-R-0004
 
Response Due
8/31/2006
 
Archive Date
10/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. This solicitation is issued under Request For Proposals (RFP) number W912J7-06-R-0004. All proposals shall reference the RFP number and shall be submitted by 2:00 P.M. local time on 31 A ugust 2006. The anticipated award date is 15 September 2006. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-12 dated 4 August 2006. This solicitation is issued as 100% S mall Business Set Aside. The North American Industry Classification system code (NAICS) 336211 Motor Vehicle Body Manufacturing size standard of 1,000 Employees. The Idaho National Guard wishes to acquire a New 3000 gallon 300GPM Jet Refueler. Refueler p rovides underwing pressure fueling through one (1) 2 hose and overwing fueling through one (1) 1 ? hose. Refueler shall be equipped with the Scully system. System should include bottom loading capability which includes a precheck and automatice high le vel shut off control. The following are the desired minimum flow rates: Underwing pressure fueling 300 GPM; Underwing defueling 100 GPM; Overwing fueling 60 GPM; Bottom loading 400 GPM; and Recirculation 300 GPM. Refueler must conform to all of the requi rements of ATA 103, DOT 406 and NFPA 407. System shall be equipped with Primary pressure controls for in line pressure control and deadman valve and Secondary Pressure control in the event of primary failure. Tank shall be 3,000 U.S. Gallons (3% outage) Aluminum, fully baffled to prevent liquid surge, single compartment, designed, constructed and installed to DOT 406. Access openings shall be a minimum of one (1) 20 diameter opening with 10 fill cover and one (1) 20 diameter inspection access opening . Equipment cabinets shall be installed on both sides with the Drivers side providing aluminum grating with brackets for mounting dispensing equipment and passenger side open with brackets for filter/separator. Both cabinets shall have roll up lockable doors. Tank shall be equipped with overturn protection for tank top openings with a minimum of a rigid flashing extending full length of the tank at least 1 above the access covers and vents. Flashing to provide carry-off of spilled fuel and accumulated rain water through drain tubes installed two front and two rear. Drain tubes shall direct spilled product away from engine, exhaust and electrical system. Tank shall be equipped with a rear mounted ladder that meets OSHA 29 CFR 1910.67. Two (2) 1 wate r drain off valves, one front one rear shall installed in the right hand cabinet. Valves shall be cable operated utilizing ? ball valves and dust caps. Require two (2) internal emergency valves with vortex breakers. One to be air operated for unloading and the other to be fuel pressure operated for bottom loading and/or recirculation. Tank shall have at a minimum the following vents: One (1) air operated vent with fire screen and weather hood to work in conjunction with the internal valve during fueli ng and bottom loading; One (1) emergency vent in fill cover and One (1) pressure/vacuum vent in access opening. Refueling system shall include at a minimum one (1) 3 centrifugal pump driven from an air operated Power Clutch PTO. Filter Separator shall h ave a flow rate of 300 GPM meeting API/IP 1581, Group II, Class C requirements. Separator to be equipped with a ? drain valve and dust cap and filter drip pan. New elements shall be installed at time of shipment. A water slug valve shall be installed i n the filter vessel sump. When water is detected, air will be exhausted from the deadman control system, and product flow will be stopped with less than 5% ove rrun. A light on the control panel will indicate water in sump. A 3/4 air eliminator mounted on the filter with a ? line plumbed back to the product tank. A ? pressure relief valve set at 150 psi mounted on the filter with a line plumbed back to th e product tank. A direct reading gauge will be installed in the LH cabinet control panel providing pressure differential across the filter. A purge valve is provided to allow for gauge sampling. Two (2) ? couplings located one upstream and one downstre am of filter for sampling fuel equipped with fuel sampling dry break disconnects. A 3 in-line pressure control/deadman valve installed downstream of filter/separator. This valve controls the operating pressure and should include a weep hole option. A p neumatically operated deadman control handle will be provided with 50 of twin hose on spring rewind reel. Activation of deadman operator also engages PTO. One (1) 300 GPM capacity flow meter with a reversible re-set counter, accumulative totalizer and r eadout it U.S. whole gallons. One (1) 2 X 50 aviation fueling hose in accordance with API 1529 for underwing fueling. One (1) 3 electric rewind hose reel sized for 2 ? X 50 hose. Reel to have non-ferrous internals and ball bearing type swing joint with manual reset. (50 Amp) circuit breaker. A shutoff valve is installed immediately upstream of the hose reel. One (1) 1 1/4 X 50 aviation fueling hose in accordance with API 1529 for overwing fueling. One (1) 2 electric rewind hose reel sized for 1 ? X 50 hose. Reel to have non-ferrous internals and ball bearing type swing joint with manual reset. (50 Amp) circuit breaker. A shutoff valve is installed immediately upstream of the hose reel. One (1) 2 ? standard bayonet underwing nozzle with 5 5 PSI hose end control valve, swivel, 100 mesh strainer and dust cap. One (1) 1 ? overwing nozzle with jet spout and dust cap. Nozzle holders allow for easy removal and storage of both underwing and overwing nozzle. The holders actuate brake interlock system when nozzles are removed. Defuel system includes two (2) pneumatically operated butterfly valves operated from the control panel. Bottom Loading/Recirculation Adaptor. One (1) 2 ? bayonet adaptor and shut-off valve will be provided on the passen gers side; A jet sensor shall be provided to control high-level shutdown of internal valve; a precheck valve is located in the pressure line to jet sensor to test shutdown of flow. Interlock gate to be provided in front of bottom loading adaptor to actu ate brake interlock system and open vent. Piping system shall be stainless steel appropriately sized for rated flow. System includes piping and fittings rated to 150 PSI. Victaulic couplings shall be used at appropriate points to permit removal of valve s and other components for ease of maintenance. Piped and stubbed for installation of an additional meter and reel. All air and fuel lines to be nylon tubing (Synflex or equal). Air lines are push type and fuel lines are compression type brass fitti ngs. Air lines are color coded green and fuel lines are color coded red. A lighted control panel will be installed in the LH cabinet. The panel will include primary air reference pressure gauge and regulator. Additionally, it includes a nozzle pres sure gauge, D/P gauge, high/low throttle selector, fuel/defuel selector, pump /PTO indicator light, D/P purge valve and remote air fill. Pneumatic System. Air is supplied to the refueler control system via chassis air supply. A safety valve is install ed to ensure that adequate air pressure is maintained in the chassis braking system before refueler control system is charged. The pneumatic valves are centrally located on an easily accessible panel. The valves are individually numbered to match the eng ineering schematics supplied in the manual. The valves are connected using push type brass fittings to allow for quick diagnostic testing of the entire pneum atic system. The sub-base mounted valves on the panel allow for the easy removal and inspection without disconnecting any air lines. An auxiliary air fill fitting is installed on the operators panel to allow for an outside air source to charge the air sy stem. Electrical System: A master battery disconnect switch is installed to isolate the electrical systems from the battery source. The twelve volt electrical system is installed in vapor proof tubing and all wiring is numbered to match the engineering schematics in the operations manual. Each circuit has over-current protection. Cabinet lights, clearance lights, back-up lights to meet applicable DOT requirements. Additional Items: One (1) spring rewind static reel with 50 of coated cable and milita ry bonding clamp and plug. Two (2) push valves to be installed in the air system for emergency shut down; one on the drivers side front of the tank and one on the passenger side rear of the tank. Three (3) fusible plugs to be installed in air system, on e at internal valve under tank and one at each emergency shut down valve. Two (2) 20# dry-powder fire extinguishers provided with brackets. Rear bumper designed, constructed and installed in conformance with DOT 406. The unit will be thoroughly flow tes ted by qualified technicians to all performance criteria. A complete record of performance tests will be supplied with the unit and are kept on file for future reference. All operating charts shall be clearly identified for proper operations. All safety and emergency controls shall be marked and in conformance with NFPA 407. Manual shall be provided including at a minimum: Complete operating instructions; Complete itemized listing of materials and components used on the refueler; Complete test results and test data on refueler performance; Detailed schematics of electrical systems, pneumatic systems, piping and various components; and Maintenance procedures. Chassis shall meet following minimum requirements: 2007 model year conventional cab; Heat trea ted alloy 120,000 PSI frame rails; Full width painted front bumper with tow hooks; 12,000 lb. capacity front axle with springs and shock absorbers; Air brake system, dual; Power steering; Diesel engine, minimum 175 HP and 460 lb. ft. torque; Electronic eng ine with shutdown; Engine block heater; 5 speed automatic transmission; Single reduction 21,000 lb. capacity rear axle; 23,500 lb. vari rate springs with multi leaf auxiliary springs 4,500 lb. capacity; Horizontal muffler and pipe modified in accordance wi th aircraft refueler regulation; Top draw 50 gallon fuel tank; 110 amp alternator with maintenance free 1,100 CCA batteries; Paint shall be White interior and exterior; Tank shall be bright natural aluminum; All appropriate and required decals, operating placards and warning labels shall be affixed in conformance with the applicable regulations. 52.212-2, Evaluation  Commercial Items (Jan 1999) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous representing the best value to the Government price and other factors considered. The technical factors will be rated significantly higher than the cost factors. The technical factors include ability to meet specifications, past performance and delivery date. The vendor shall outline in sufficient detail how they intend to provide the required equipment outlined in the aforementioned text. The information provided by the vendor will be used to allow a board to review and rate the proposal. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offerors and any other information the Government may obtain by following up on the inform ation provided by the offerors and/or through other sources. The offeror must identify three Federal, State or local Government and private contracts for which the offeror has supplied similar vehicles to those identified in this solicitation. References should include the most recent contracts completed within the last five years. The offeror shall provide a point of contact, current telephone numbers and fax numbers for each contract. The vendor shall identify the number of days it will take to provide the requested services. Failure to do so will indicate an acceptance of a delivery date of 30 Days from date of Order. Offerors shall address each evaluation factor stated above; failure to address any item may cause the offerors proposal to be rejected. Offerors are reminded to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their proposal. FAR 52.212 -1, Instructions to Offerors-Commercial Items, FAR 52.204-7, Central Contracting Registration, FAR 52.222-25, Affirmative Action Compliance, and FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items , are hereby incorporated by reference. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-4, Notice of Price Evaluation Preference for HUBZon e Small Business Concerns; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vie tnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.225-13, Res trictions on Certain Foreign Purchases; 52.232-36, Payment by Third Party; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration . The following additional clauses and provisions are incorporated by reference: 52.252-1, Solic itation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference. The clauses and provisions incorporated by reference can be accessed in full text at http://farsite.hill.af.mil/vffar1.htm . The following clauses within 252.212- 7001 apply to this solicitation and any resultant contract; 52.203-3, Gratuities, 252.225-7012, Preference for Certain Domestic Commodities, 252.243-7002 Request for Equitable Adjustment. Sign and date your offer, the original must be submitted to Idaho Ar my National Guard, USPFO-Contracting, 3489 W. Harvard St. Bldg 564, Boise ID 83705-6512, ATTN: Kevin Thompson, Contracting Officer at or before 2:00 p.m., 31August 2006. For information regarding this solicitation contact Kevin Thompson at 208 422-4601 or email at Kevin.thompson@id.ngb.army.mil
 
Place of Performance
Address: USPFO for Idaho 3489 West Harvard Street, Boise ID
Zip Code: 83705-6512
Country: US
 
Record
SN01118285-W 20060819/060817221530 (fbodaily.com)
 
Source
FedBizOpps 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.