Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2009 FBO #2849
SOLICITATION NOTICE

42 -- Rebuild/remanufacture P-19 ARFF Fire Truck

Notice Date
9/10/2009
 
Notice Type
Presolicitation
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG09R0022
 
Response Due
9/14/2009
 
Archive Date
11/13/2009
 
Point of Contact
Donna Manson, (915)568-4479
 
E-Mail Address
ACA, Fort Bliss
(donna.manson@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W911SG09R0022. Statement of Work A complete OEM Operator's Manual, OEM Service manual, and OEM Parts Manual will be provided. The contractor shall not decrease the OEM water tank or foam tank capacities. No part of the rebuild will cause the vehicle to exceed the axle and tire manufacturers ratings. No part of the rebuild will cause the vehicle to exceed the manufacturers gross vehicle weight rating. The vehicle shall be completely disassembled. All major components shall be removed from the chassis to expose the entire frame. All cross members shall be checked for fit. Any elongated bolt holes, loose bolts, cracks and other visible deficiencies shall be repaired in accordance with industry standard. Reassemble all bolted connections with proper sized lock washers and self-locking fasteners and torque-tighten to original manufacturers specifications. Remarks Examine all cab supports and replace with new components with modifications necessary to restore the cab and body components to their original condition. Completely disassemble, inspect and rebuild front and rear differentials, center power divider box, front and rear axles. Check wheel spindles for wear and metal fatigue: replace bushings, bearings and seals with new ones to meet or exceed OEM specifications. Install grease fittings to provide adequate lubrication to all drive components and steering components. All tires shall be replaced with new tires of the same size and load capacity. All o-rings and associated hardware shall be replaced. Each wheel or combined wheel assembly well will have mud flaps installed. Remove and inspect all chassis springs. Re-arch and temper existing leaves. Replace as needed any spring clips, bushings, and associated bolts and pins. Check spring hangar attachments to frame for signs of metal fatigue and replace defective components. Unit must sit level with load. Steering rams, knuckles, gearboxes, hydraulic lines and other associated components of the steering system will be inspected and repaired or replaced. The air brake system shall be completely remanufactured to original OEM standards. The brake shoes shall be replaced with new units. Brake drums shall be inspected and machined to meet OEM tolerances and/or replaced as necessary. All slack adjusters, bearings and bushings shall be checked and replaced as necessary. Replace all brake lines. The brake system on the remanufactured vehicle shall be of the all-wheel type with split circuits so that failure of one circuit shall not cause total brake failure. The air system shall be completely remanufactured and updated. All system components shall be removed, rebuilt and tested against OEM performance standards. The existing airlines shall be removed and replaced with PVC flexible lines DOT approved. Areas that shall be affected by extreme heat shall be protected or replaced with heatproof materials. The existing air system reservoirs shall be removed and cleaned. An appropriate size/type air dryer shall be installed. When this modification is completed, the air system must maintain a minimum of 90 PSI during a 24-hour period. Precaution shall be taken to assure that the air system will operate properly under all conditions even with complete electrical failure. The existing Allison automatic transmission shall be completely remanufactured. New bearings and seals shall be installed. The rebuilt transmission shall be dyno checked prior to reinstallation. The mounting brackets and attaching hardware shall then be inspected and repaired as required. After the unit has been installed, the shift points shall be adjusted for maximum performance. External spin-on filters shall be installed on the transmission. The engine and all engine accessories shall be disassembled, cleaned, inspected and remanufactured to original manufacturers specifications. This shall include, but not be limited to, the following items: (1) Replace existing piston sleeves, injectors, rod bearings, and main bearing. (2) Inspect crankshaft, make necessary repairs to meet OEM specifications. (3) Inspect cam shaft and replace any bearings. (4) Check all associated parts to valves, lifters, etc., replace as necessary. (5) Grind and seat valves to meet OEM specifications. (6) Replace water pump. (7) Rebuild turbo air blowers and associated parts. (8) Replace fuel pump. Remove existing fuel tank, clean and flush thoroughly; replace if unable to remove all scale and rust from exterior. Install new fuel gauge assembly and fuel water separator. Replace all fuel lines with new material. The engine radiator and cab heater core shall be cleaned and rodded to remove scale and mineral deposits that have collected through normal use. Replace all radiator and heater hoses with high performance extra heavy duty approved reinforced type. Install all new hose clamps. Remove, inspect and replace all existing exhaust components including mufflers that fail to meet OEM Specifications. Rework or replace wiring harness from engine to cab dash area. All wiring to be standard copper of aircraft industry quality and numbered to wiring diagram furnished with the completed unit. Battery trays, hold-down clamps, terminal connectors and battery cables will be replaced new. Install a remanufactured alternator with built in regulator, minimum 165 amps. Check turn signal system and restore all components with approved devices, lights and wiring. Rework as necessary all warning lights, fuel gauges, sending units, indicating lights, toggle switches, push buttons and relays to make each functional. A 110-volt battery conditioner shall be installed on the vehicle. Replace existing 110-volt electrical receptacle with a 110-volt auto-disconnect receptacle. Location of receptacle shall be on the drivers (left) side vehicle and wired to the inlet for battery conditioner and compressor. The fire pump will be disassembled and thoroughly inspected. All bearings, seals and bushings shall be repaired with new units. The impeller shall be reconditioned to meet OEM specifications. The wear rings shall be replaced with new units. The pump shaft shall be inspected for grooves produced by the packing glands. Should these conditions exist, the shaft shall be repaired to meet OEM specifications. The pump shall be reassembled with new mechanical seal assembly and new gaskets. Any broken bolts shall be replaced. Threaded studs which are broken or bent shall be drilled out and re-tapped. The pump transmission shall have all bearings and seals replaced with new units to OEM specifications. All discharge piping shall be checked for leaks and excessive corrosion. Any pipe section or fitting which has ten percent (10%) thickness affected by corrosion shall be replaced. All discharge valve stem seals are to be replaced. All parts shall be cleaned and restored to original condition. All valves found to be corroded shall be replaced. Disassemble all bolted flanges and replace gaskets and any defective bolts. Remove and replace all existing pump pressure gauges with liquid filled gauges of corresponding size and pressure ratings. The pump clutch and pump transmission shall have all bearings and seals replaced with new units and shall meet OEM specifications. The pump clutch friction packs shall be thoroughly inspected and checked against OEM specification and replaced as required. The existing 1000-gallon water tank is to be thoroughly inspected, cleaned, and re-laminated with industry standard materials and techniques to bring it to OEM new condition. All water tank gaskets are to be replaced with non-hardening type gaskets and sealing compounds. There shall be a stainless wire mesh screen installed in the sump of the water tank to prevent foreign material from entering the pump. A device shall be designed and installed to prevent water vortex and not allow air to be ingested into the tank and pump intake. Repair or replace any damaged baffles. A new electric water level gauge will be installed on the cab interior and exterior pump panel. The existing foam tank is to be thoroughly inspected, cleaned, and re-laminated with industry standard materials and techniques to bring it to OEM new condition. All foam tank gaskets are to be replaced with non-hardening type gaskets and sealing compounds. The existing around-the-pump multi-metered foam proportioning system will be reconditioned or a new unit installed on the vehicle that will accommodate all discharge points. The metering will be set at 3%. All materials utilized in the foam system shall be brass or stainless steel. A foam level gauge will be installed in the cab and at the pump panel. Perform a thorough teardown, repair and parts replacement of the existing roof and bumper turrets. Ensure that turrets discharges OEM rated volume. The existing water/foam hose reel will be removed and discarded. The water/foam outlet will be modified by adding a brass or Pyrolite gated wye connector with two (2) 1 3/4 inch male National Hose Threaded outlets. A slatted wood base will be added to the floor of the compartment. The cab interior shall be thoroughly cleaned and all damaged panels repaired or replaced. Cab heating and defrosting systems shall be remanufactured to OEM specifications. All cab windows shall be inspected, cleaned or treated to remove water spotting/staining, and replaced as necessary. The cab roof shall be resealed to prevent moisture from entering the cab interior. The flooring of the cab shall be inspected. Should any loose or deficient structural framing be found, then it shall be corrected. The floor matting shall be replaced with new material. The cab interior will be painted an OEM light green color. The existing air conditioning will be repaired or replaced with a unit that can bring the cab interior below 85 degrees F with an outside ambient temperature of 100 degrees F within 10 minutes. An air-ride drivers seat will be installed. The crew seats on the left SCBA brackets shall be sized to fit an SCBA cylinder that is 6 and right side of the driver shall be installed to accommodate an inches in diameter. SCBA bracket. Two spare SCBA brackets will be installed on the cab's rear wall. All SCBA brackets will conform to NFPA 1901, paragraph 14.1.10 SCBA Mounting. (See Remarks) Existing compartment doors will be repaired or replaced depending on their condition. A ladder bracket sized to accommodate a 24 foot ladder will be fabricated and installed on the roof of the vehicle. As each piece of the unit is reassembled, it shall be cleaned and Final finish exterior coat of paint shall be DuPont Brand, bright repainted according to customer specifications (see Remarks). All red, typically known as Fire Engine Red and reflective parts shall be coated with an anti-corrosive sealant. Any metal striping will be applied to the vehicle to conform to NFPA component that has been damaged by corrosion shall be replaced as per 1901, current edition, paragraph 15.9.3 Reflective Striping. The outside of the completed apparatus shall be cleaned in customer specified number will be applied in five places (top, accordance with the paint manufacturers written recommendations. left, right, front, and back). Two customer supplied graphics. Two coats of automotive epoxy primer shall be applied prior to final will be applied on the left and right sides. Paint finish: The paint color shall be as specified in the Remarks. The finish coat shall be free of runs and orange peel. All materials used for exterior surfaces designated as stepping, standing, and walking areas and all interior steps shall have a minimum slip resistance as specified in NFPA 1901 paragraph 15.7.4 Slip Resistance. Two (2) new 12v HID lights shall be provided and mounted on quick raise poles. The pole lights shall be mounted one (1) on each side of the vehicle center body section. Switches shall be placed on each light with a remote switch also installed in the cab. A new electronic siren will be installed with the speakers mounted low and forward of the cab. The siren shall be protected from foam dripping from the turret or water splashing up by tires. A control unit will be installed in the cab. All Access Handrails or Handholds will be inspected, repaired, and replaced to OEM standards. Optical Warning Devices will be upgraded to the latest LED technology to comply with NFPA 1901 paragraph 13.8 Optical Warning Devices including those specified for Large Apparatus in paragraph 13.8.13.1. The vehicle shall be fully equipped and provided with fuel and lubricants. If the rebuilt vehicle is unable to meet some of the operating personnel and extinguishing agents, then it shall have the minimum performance characteristics of NFPA 414, Chapter 4. Because performance characteristics as specified in NFPA 414, Chapter 4. of limitations with the original vehicle design, the rebuild (See remarks) contractor shall specify these items on a punch list document for final customer acceptance and approval. The completed unit shall be tested and inspected in the presence of designated customer staff. It shall meet or exceed OEM performance specifications for acceleration, maximum speed, braking, and pump performance. The foam system calibration shall be checked and adjusted to the total discharge capacity standards as well as foam quality and concentration. The existing halon extinguishing system shall be removed from the (1) A quick-acting control may be excluded from the cab apparatus and replaced with a complementary agent system that uses (2) The propelling agent shall be dry nitrogen dry chemical extinguishing agent. This system will comply with NFPA 414, paragraph 4.21. (See Remarks) The existing halon agent hose reel will be thoroughly reconditioned to like new with new hose attached compatible with dry chemical agent. A new nozzle suitable for use with dry chemical agent will be provided. The contractor will provide a separate contract line item quote for a Driver's Enhanced Vision System as specified in NFPA 414, Annex E. The warranty shall be one (1) year from the written acceptance of the completed unit for all unit components excluding wheels and tires. Said warranty shall cover all parts, labor and any other related costs. The warranty documents shall be included with the delivery documents. The contractor shall be responsible for all transportation to and from facilities including liability, theft, fire and comprehensive insurance. A pre-acceptance test will be provided upon delivery at the customers site by a contractor provided technician. A loaner vehicle of equal or greater capacities shall be provided for the duration of the remanufacturing process. This is not a solicitation. It is only a pre-solicitation and this notice does not guarantee that a solicitation will be posted in the future. Information obtained as a result of this notice will be used in completion of market research to determine the level of interest, particularly small business interest in the refurbishing of the rescue vehicle for Fort Bliss, Texas. The following information should be submitted with each response: (1) Name, address of company, point of contact, and phone number; (2) Small Business declaration statement (if applicable) as defined by the Small Business Administration; (3) Central Contractor Registration (www.pbn.gov) and Online Representations and Certifications Application (orca.bpn.gov) proof of registration or statement of intent to register; (4) a list of reference where the company has performed similar or relevant services; (5) Provide an approximate performance time for one vehicle. All interested parties should email responses to donna.manson@us.army.mil no later than 4:00PM Mountain Standard Time on September 14, 2009. Please be advised that this information is purely for market research.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK05/W911SG09R0022/listing.html)
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN01948656-W 20090912/090911000040-cffa79809058fc47f30d83020822dabc (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.