Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
SOLICITATION NOTICE

23 -- Incident Command Vehicle

Notice Date
9/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336111 — Automobile Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ08T0399
 
Response Due
9/24/2008
 
Archive Date
11/23/2008
 
Point of Contact
WENDELL L. MENDOZA, 719-526-6629<br />
 
Small Business Set-Aside
N/A
 
Description
Solicitation This is a combined synopsis/solicitation for commercial items or services 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number W911RZ-08-T-0399, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 effective June 12, 2008. The North American Industrial Classification System (NAICS) number is 336111 and the business size standard is 1,000 employees. The proposed acquisition is Unrestricted. LINE ITEM/DESCRIPTION: The Contractor shall propose the following Contract Line Item Numbers (CLINS): 0001 12 Month Lease, Incident Command Vehicle. Brand name or equal - Pierce Saber Mobile Command Vehicle - 12 months X ______ = _________ Total. 0002 12 Month Lease, Incident Command Vehicle. Brand name or equal - Pierce Saber Mobile Command Vehicle. 12 months X ______ = _________ Total. 0003 12 Month Lease, Incident Command Vehicle - Pierce Saber Mobile Command Vehicle. Brand name or equal. 12 months X ______ = _________ Total. Total: ___________ Extended Description and Specifications: SPECIFICATIONS FOR AN INCIDENT COMMAND VEHICLE Intent of Specifications- It shall be the intent of these specifications to cover the furnishing and delivery of a complete apparatus equipped as hereinafter specified. These specifications cover only general requirements as to the type of construction together with certain details as to finish, equipment and appliances with which the successful bidder shall conform. Minor details of construction and materials, which are not otherwise specified, are left to the discretion of the contractor, who shall be solely responsible for the design and construction of all features. Each bid shall be accompanied by a set of Contractor's Specifications consisting of a detailed description of the apparatus and equipment proposed and to which the apparatus furnished under contract shall conform. These specifications shall indicate size, type, model and make. There shall be available space to configure workstations with chairs, full galley, a conference room, filing cabinets, and more than enough room to configure overhead and vertical cabinet storage space. This floor plan shall have the communications area in the front of the vehicle and the conference room in the back. Delivery- Due to the mission need, this vehicle shall be available for delivery within 30 days of release of a lease contract. Apparatus, to ensure proper break in of all components while still under warranty, shall be delivered under its own power - rail or truck freight shall not be acceptable. Information Required - The manufacturer shall supply at time of delivery, complete operation and maintenance manuals covering the completed apparatus as delivered. Vehicle shall adhere to the following parameters: A) The apparatus, when fully equipped and loaded, shall have not less than 25% nor more than 50% of the weight on the front axle, and not less than 50% nor more than 75% on the rear axle. B) The apparatus shall be capable of accelerating to 35 mph from a standing start within 25 seconds on a level concrete highway without exceeding the maximum governed rpm of the engine. C) The service brakes shall be capable of stopping a fully loaded vehicle in 35 feet at 20 mph on a level concrete highway. The air brake system shall conform to Federal Motor Vehicle Safety Standards (FMVSS) 121. D) The apparatus, fully loaded, shall be capable of obtaining a speed of 50 mph on a level concrete highway with the engine not exceeding its governed rpm (full load). Specification Bid Requirements- Bidders shall submit a detailed proposal with drawings and photos. A letter only, even though written on a company letterhead, shall not be sufficient. Bid proposals shall be submitted in the same sequence as specifications for ease of evaluation, comparison and checking of compliance. Any exception to these requirements shall not be tolerated. General Construction- Bids shall only be accepted from a single source apparatus manufacturer. The definition of single source is a manufacturer that designs and manufactures their products using an integrated approach, including the chassis, cab and body being fabricated and assembled on the bidder's premises. The warranties relative to the chassis and body design (excluding component warranties such as engine, transmission, axles, pump, etc.) must be from a single source manufacturer and not split between manufacturers (i.e. body and chassis). The bidder shall provide evidence that they comply with this requirement. NFPA 2004 Standards- This unit must comply with the NFPA standards effective January of 2004. Apparatus proposed by the bidder shall meet the applicable requirements of the National Fire Protection Association (NFPA) as stated in current edition at time of contract execution. Chassis- Chassis provided shall be a new, tilt-type custom fire apparatus. The chassis shall be manufactured in the apparatus body builder's facility eliminating any split responsibility. The chassis shall be designed and manufactured for heavy-duty service, with adequate strength, capacity for the intended load to be sustained, and the type of service required. The wheelbase of the vehicle shall be no greater than 223.00 inches. The gross vehicle weight rating shall be a minimum of 43,000#. Seating Capacity- The minimum seating capacity in the cab shall be four (4). Engine- Rated Horsepower: 400 hp at 2000 rpm; Maximum Power: 400 hp at 2000 rpm; Torque: 1200 lb-ft at 1300 rpm, diesel engine. Transmission- An Allison Gen IV, model EVS 3000P, electronic torque converting automatic transmission shall be provided. A five (5)-speed push button shift module shall be mounted to right of driver on console. Shift position indicator shall be indirectly lit for after dark operation. The transmission ratio shall be: 1st-3.49 to 1.00, 2nd-1.86 to 1.00, 3rd-1.41 to 1.00, 4th-1.00 to 1.00, 5th-0.75 to 1.00, R-5.03 to 1.00. Cab- The cab shall be designed specifically for the fire service and manufactured by the chassis builder. The cab shall be approximately 96.00 inches wide, with an interior width of approximately 87.50 inches. The forward cab section shall have an overall height (from the cab roof to the ground) of approximately 99.00 inches. The crew cab section shall have a 22.00 inches raised roof, with an overall cab height of approximately 121.00. Floor to ceiling height inside the crew cab shall be 76.50 inches. The cab shall be a full tilt design, allowing easy maintenance of the engine compartment. The engine shall be easily accessible and capable of being removed with the cab tilted. The cab doors shall be approximately 35.00 inches wide x 68.00 inches high. The cab doors and crew cab door shall contain a conventional roll down window. Crew cab entrance door on the passenger side shall be located on the side of the cab, behind the front door. The cab and crew cab shall be completely open to allow visual and audio communication with the passengers. The cab doors shall be provided with both interior (rotary knob) and exterior (keyed) locks as required by FMVSS 206. All cab glass shall be tinted. One sliding window with screen 35.00 inches wide x 24.00 inches high shall be provided on driver side of crew cab. One fixed window 14.00 inches wide x 21.50 inches high shall be provided on passenger side of crew cab. Windows shall also be provided along the front of the raised roof section of the cab. Two windows in the slanted portion of the roof, each measuring 39.00 inches wide x 18.88 inches high. Each window shall have a window blind with light diffusing material that covers the entire window. Blinds shall have a bottom retaining bracket to prevent them from swaying while vehicle is in motion. There shall be driver side command cab window. A dry erase marking board shall be installed driver side rear crew cab wall, shall be as wide and as tall as possible and provide a magnetic. The cab shall be insulated in a manner to reduce noise levels inside the cab. The cab interior sound levels shall not exceed 81 decibels at 45 mph in all cab seat positions. A hydraulic cab lift system shall be provided consisting of an electric powered hydraulic pump, dual lift cylinders, and necessary hoses and valves. Heavy Duty Construction- The body shall be of all aluminum construction. The length of the body shall be 279.00 inches (7,087 mm). The interior walkway height shall be 82.00 inches (2083 mm) high. The height of the body shall be 108.25 inches (2750 mm) high without any roof mounted options. Exterior Compartments- Should be sufficient in number, size and arrangement as to maximize storage without impacting interior dimension. Cab to Body Walk-through- A walk through opening shall be provided between the crew cab area and the rescue body interior. The clear door dimensions of the opening shall be 30.50 inches wide x 65.00 inches high. Command Chairs- A total of three (3) shall be provided. Office Chairs- A total of five (5) will be provided. Must be mounted and adjustable. Telescopic Camera/Light Mast- A telescopic mast system shall be provided that includes a telescoping, pneumatic mast in an open area over the body. Weather Station- A fixed mount weather station shall be provided. Radio/Antenna HDR- The following components shall be provided for the radio antenna system: One (1) roof-mounted antenna raceway. One (1) rack-mounted antenna patch panel located in the electronics rack. Radio cabling and connections shall be provided for Ten (10) antennas antenna bases. Command Interior Galley- There shall be a full galley in the interior located passenger side just aft of the side entry door containing the following items: water system, steel galley sink, microwave oven, under-cabinet coffee maker, and 12Vdc/120Vac refrigerator. Computer Network -The computer network inside the vehicle shall use a dual speed 10/100TX unmanaged switch with twelve ports. The switch is ready to go out of the box with no additional configuration required. Once connected to the network, the switch automatically builds a switching table and forwards packets of data to the appropriate ports (i.e., the computers and print/plot devices plugged into the network). Telephone System- The telephone system inside the vehicle shall use a PBX system, which shall be rack-mounted and out of operator sight. Users shall share a limited number of outside lines to make external telephone calls and sending/receiving facsimiles. Audio Video System- The audio video system shall ensure that all Liquid Crystal Display (LCD) monitors shall display the maximum number of video sources inside the vehicle. Electronics Cabinet, Expandable Overhead- There shall be custom-built electronics cabinet(s) with Five (5) rack units (RUs). Each RU shall be 1.75 inches high. Each cabinet shall securely house communications and electronics equipment to include: audio video, telephone, computer network, and radio antenna Electronics Cabinet, Expandable, Floor Mounted- In the body interior, there shall be a custom-built electronics cabinet with Ten (10) rack units (RUs). Each RU shall be 1.75 inches high. The cabinet shall securely house communications and electronics equipment to include: audio video, telephone, computer network, and radio antenna. Electronics Rack, 37-Space- There shall be one electronics rack(s) provided in the body interior. Each rack shall securely house 37 rack units of electronics equipment. Electrical Box, Multi-Connect AC Receptacle and Network Jacks- One flush mounted tabletop multi-connect box with flip down cover shall be provided at Conference Area. Each box shall contain one 120 volt, 15 amp duplex receptacles and up to six network jacks as specified in computer, telephone, and audio / video options. Video Surveillance Camera System- A digital color video camera shall be mounted in a medium-duty enclosure on the pneumatic mast located exterior rear. A controller for the camera shall be located in the body interior and have recording capabilities with system. Slide-Out Module- There shall be at least one slide-out module). The finished slide-out module interior width shall be 117.25 inches. The body height selected shall determine the unfinished interior height of the module. The module shall extend 30.00 inches from the body. Awning- An electrically opening and closing awning with 120 volt electric motor, shall be supplied. The awning shall be stored in a metal housing on the side of the body with end fairings for blending into the side of the body when not in use. When fully extended, the awning shall be self supported without the use of poles extending to the ground. Ladder- A Ladder shall be provided at the rear of the body on the passenger side rear side. The ladder handrails shall be constructed out of 1.25 inches heavy-walled aluminum tubing that is covered by ribbed black neoprene tubing. Each step shall have a flat non-skid surface that is 3 inches deep x 15.5 inches wide. A swing-out and down extension section at the bottom of the ladder shall be provided Self Leveling System- One single step, computer controlled, hydraulic, BI-AXIS leveling system shall be provided. The system shall include one deluxe touch-pad control panel that automatically selects jack combinations that quickly level and stabilize the vehicle with minimum flexing of the structure. Hitch Receiver- A hitch receiver shall be installed at the rear of the apparatus. Auxiliary Battery System, 12 volt- An auxiliary battery 12 volt electrical system for body interior components shall be provided. All wiring shall be routed in an accessible raceway with a parallel separation of at least 18 inches to any 120 volt AC powered circuits to prevent electromagnetic interference (EMI). Communication System 12 volt Electrical- A communications 12 volt electrical system for communications equipment shall be provided. 12 volt Lighting-The apparatus shall be equipped with three (3) lights, recessed in a housing. Each light head shall be 12 volt dc and draw 12.5 amperes, with a single 150 watt high intensity discharge light bulb. Air Horn and Electronic Siren- A Whelen, Model: 295HFSA1, electronic siren with noise canceling microphone shall be provided. There shall be two (2) speakers, Code-3 Model PB100C with chrome finish, recessed in the front bumper. Connection shall be connected to the siren amplifier. Warning Lighting- All warning lighting shall comply with OSHA and NFPA requirements and include an LED light-bar on the cab roof. Generator- Model: Onan 12.0 kW, model HDKCD, diesel powered generator shall be mounted permanently and the fuel supply shall be the chassis fuel tank. Electric start provisions shall be furnished for the generator from the chassis battery system. Shoreline Plug 240 VOLT Single Phase- To permit electrical operation without the use of the generator system, a shoreline plug shall be provided with auto ejection system. To protect either the generator or external power source from back feed, an IOTA industries automatic relay system shall be installed to switch the on line device between the generator and the shoreline inlet when it is connected for use. A timed delay shall be provided to prevent the generator from starting under load. This Product must comply with the Buy American Act (100% manufactured in the USA; and at least 51% of the cost of materials made, fabricated, purchased must be MADE IN THE USA.) FAR 252.225-7001 Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an over all total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation Amendments (if any), warranty information, shipping/handling charges (must be specified), FOB (destination or origin, if not specified, destination will be default). The provisions at 52.212-2, Evaluation--Commercial Items apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose technically acceptable 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: Award will be made on the basis of technically acceptable low price. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil: 52.212-4 Contract Terms and Conditions-Commercial Items: The provision of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders Commercial Items (Sept 2005) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.219-6, Notice of Total Small Business Set-Aside (June 2003), 52.222-3, Convict Labor (June 2003) (E.O. 11246), 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C 3332), 252.212-7001 (Dev), Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 52.203-3, Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DOD appropriations acts), 52.208-4, Vehicle Lease Payments, 52.208-5, Condition Leased Vehicle, 52.208-6, Marking of Leased Vehicles, 52.208-7, Tagging of Leased Vehicles, 52.228-8, Liability and Insurance Leased Motor Vehicles, 52.217-8, Option to Extend Services, 52.217-9, Option to Extend Term of Contract, 52.222-43, Price Adjustment. Offers must be received NLT 9AM Mountain Standard Time, 24 September 2008, at Directorate of Contracting, ATTN: MAJ WL. MENDOZA, 1676 Evans Street, Bldg 1220, 3RD Floor, Fort Carson, CO 80913-5198. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Please submit any questions and/or quotes via e-mail to the wenz.mendoza@conus.army.mil or fax TO: MAJ WL. MENDOZA, Contingency Contracting Officer (719) 526-6629.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c487d6723d49ca063bfc0f9ca53fb9a3&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01675174-W 20080920/080918223359-c487d6723d49ca063bfc0f9ca53fb9a3 (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.