SOURCES SOUGHT
23 -- THREE SUPPORT CUSTOMIZED (TOW) VEHICLES
- Notice Date
- 8/20/2007
- Notice Type
- Sources Sought
- NAICS
- 336111
— Automobile Manufacturing
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Utilities Branch, Code AQ12 6506 Hampton Blvd, Norfolk, VA, 23508-1278, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N62470-07-R-7021
- Response Due
- 9/4/2007
- Archive Date
- 9/14/2007
- Description
- This office intends to award a FFP type contract for three replacement tow vehicles (vans) to support the existing Heavy Weight Deflectometer (HWD) testing devices. The new vans will be modified/customized to fully operate/utilize the existing HWD?s manufactured by Dynatest. The tow vehicle will be operated on airfields requiring 360 degree panoramic views; therefore a window van configuration is required. It shall be Factory Equipped with or for the following: (a) Diesel Engine ? heavy duty with displacement of 6.0 liters, capable of towing 9,700 lbs. Cooling system shall include heavy duty radiator and engine oil cooler, (b) Transmission shall be heavy duty 5-speed automatic with overdrive and auxiliary fluid cooler. A 3.55 Limited slip rear axle shall be supplied, (c) Minimum payload capacity of 3,000 lbs, (d) Heavy duty trailer towing package to include trailer wiring and class IV frame mounted receiver, (e) Tinted front door glass and windshield, (f) Rear (all other) glasses shall be Heavily Tinted, (g) Seats shall be cloth upholstered High back Captain Chair style (front and second row) with driver side fully adjustable 6 ways with lumbar support - Arm rests are required for the driver and passenger side and desired for all other seats, (h) Heavy duty suspension shall be provided with power brakes, and power steering with tilting wheel, (i) Wheels shall be 16 inch Bright Aluminum heavy duty with LT245/75Rx16E BSA All-season tires and matching spare, (j) Heavy Duty Aluminum alternator with minimum 140 amp. Output, (k) Fuel capacity shall be 35 gal minimum, (l) Heating and air-condition shall provide conditioned air to both front and rear compartments. The interior shall be fully insulated with upholstered walls and headliner - The floor shall be fully carpeted, (m) An in dash mounted AM/FM CD Player Radio, (n) Electronic speed control (Cruise control), (o) Dual mounted telescoping trailer towing mirrors, (p) Power windows (electrically operated) for the front doors and power (electrically operated) door locks for All Doors - Door locks shall be capable of manual and remote activation, (q) Color shall be white, (r) Provide with 3 full sets of keys and 2 remote door unlocking devices The use of aftermarket/field installed accessories, other than those identified hereinafter, shall be unacceptable to meet these minimum requirements The vendor shall modify/customize the factory supplied vehicle into a dedicated tow vehicle to fully operate our 8081 Deflectometer (HWD). The modifications are to include, as a minimum, the following: (1) Modify existing HWD wiring plug to be compatible with the new van factory wiring harness; (2) Install Power Charging wiring and receptacle to support operational needs of the HWD, (3) Installation of Electronics package to supplement the operational needs of HWD including: (a) Additional battery, Heavy Duty Auto-Throttle with dual voltage meters, and a 10,000 Watt Power Inverter. The Power Inverter shall have a weatherproof, exterior access hole to route a power extension cord. These components shall be installed complete with all wiring, isolators, fuse blocks, plugs, relays, meters, etc to make a complete operational package; (b) Adjustable front driver/passenger seat Work Station (console) to hold HWD controller (Laptop computer); (c) Rear Work Station equipped to support field operations consisting of a floor mounted seat and table of sufficient area to use an additional Laptop computer. The vendor shall propose/recommend a layout, to this office for approval, prior to making the modifications. A MAP (Maintenance Agreement Plan) will be performed on the HWD components while in the shop. The MAP is to include, as a minimum, the following: Calibration of the sensors and load cell, inspection/repair of the trailer braking system, repack trailer wheel bearings, level the trailer, and inspect trailer lights, and change the hydraulic fluid and filter. Vehicles shall be delivered 90 DARO or earlier. Delivery shall be taken at Contracting Officer?s address. This office considers Dynatest Inc. to be the only responsible source capable of satisfying these requirements. Qualified firms desiring to state their interest in this solicitation should provide a Statement of Interest on company letterhead (not to exceed 5 pages in length) on or before 30 August 2007 to Department of the Navy, Naval Facilities Engineering Command, Atlantic, Attention: ACQ12BTS, 6506 Hampton Blvd, Norfolk, VA 23508-1278. Should no interest from qualified vendors be received as of the closing date of this request for interest, a solicitation will be forwarded to Dynatest Inc. on a sole source basis.
- Place of Performance
- Address: Norfolk, VA
- Zip Code: 23508-1278
- Country: UNITED STATES
- Zip Code: 23508-1278
- Record
- SN01378710-W 20070822/070820221804 (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 |