SOLICITATION NOTICE
42 -- Slip-on Pump Unit for Type 6 Engine - Quote Sheet
- Notice Date
- 8/3/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423850
— Service Establishment Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, George Washington & Jefferson National Forests, 5162 Valleypointe Parkway, Roanoke, Virginia, 24019, United States
- ZIP Code
- 24019
- Solicitation Number
- AG-3395-S-11-0021
- Archive Date
- 9/7/2011
- Point of Contact
- Sherry D Helmick, Phone: 540-265-5112, Anna Bryant, Phone: 540-265-5115
- E-Mail Address
-
shelmick@fs.fed.us, ambryant@fs.fed.us
(shelmick@fs.fed.us, ambryant@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- FAR Clause 52.212.3 Quote Sheet to be Completed and Returned SYNOPSIS: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued as a Request for Quotation (RFQ) # AG-3395-S-11-0021 for a Slip-on pump unit. DESCRIPTION OF REQUIREMENT/SPECIFICATIONS: Interested sources shall submit a lump sum price for the following: Furnish and deliver a 300 gallon slip-on unit as described in the specifications below and provide delivery of the unit to USDA Forest Service, 27 Ranger Lane, Natural Bridge Station VA 24579. Minimum Requirements for Slip-on Unit PUMP AND PLUMBING The following pump, plumbing, controls, gauges, and accessories shall be provided as indicated below. The plumbing requirements outlined below shall be considered a minimum standard, and shall be followed by the apparatus manufacturer without exception: AUXILIARY PUMP A Darley 1-1/2 AGE 26 BS fire pump, powered by a Briggs and Stratton Model DM, minimum 26 HP, 3 cylinder, four-cycle, turbo-charged, water cooled diesel engine, or equivalent shall be provided and fixed mounted in the rear compartment. The pump shall be equipped with a 12V gear driven electric starter that is controlled from the pump operator's panel. The pump engine shall be equipped with a low oil pressure/high water temperature shutdown system. This system will automatically stop the engine if oil pressure drops too low, or the coolant temperature goes too high. This system shall have an override button to allow the engine to be easily started. PUMP SPECIFICATIONS The pump shall be capable of delivering 50 GPM minimum at 250 PSI output pressure from a 5 ft. lift through 24 ft. of 2-1/2" suction hose with a strainer and also from the apparatus water tank when installed on the apparatus. The pump manufacturer shall certify that the pump can deliver the following capacities as measured at the pump head and at net pump pressure from draft under test conditions listed: Capacities: 150 GPM @ 150 PSI net pump pressure 80 GPM @ 250 PSI net pump pressure 50 GPM @ 300 PSI net pump pressure 10 GPM @ 320 PSI net pump pressure Tested under the following conditions: (1) An elevation of not more than 2000 ft. above sea level (2) Through a single intake with 20 ft of 3" suction hose equipped with a suction hose strainer (3) With a lift of 5 ft. (4) At 29.9" Hg atmospheric pressure ( corrected to sea level) (5) At a water temperature of 60°F REAR MOUNTED PUMP OPERATOR'S PANEL A brushed stainless steel pump operator's control panel shall be located at the rear of the apparatus body. It shall contain all controls necessary to operate the pump and foam systems. The panel shall be appropriately sized with the controls positioned in a methodical, user-friendly format. The edges of the panel shall be smooth radius to prevent the snagging of clothing or injury. The panel shall have an extended top to assist in weather protection and to house the panel light. Controls shall be provided on the operator's panel as follows: Pump engine ignition/start/stop controls Tachometer, ammeter, pump engine oil pressure and coolant gauges Throttle control Primer control Master discharge pressure gauge Operator's panel light switch PLUMBING COMPONENTS All plumbing components shall be fabricated from stainless steel with the exception of the tank-to-pump and tank fill, which will be brass and flex hose. All pump compartment components, including wiring, gauges, pump panel rear surfaces, high pressure hoses, and small diameter tubing, shall be left unpainted for rapid identification and ease of repair. PUMP PANEL LIGHTS One (1) Whelen brand 500 Series, or equivalent, facing downward, LED scene light shall be provided to illuminate the rear pump operator's panel. MAIN PUMP DISCHARGE AND INTAKE PLUMBING The discharge and intake valves specified shall be either of a direct-actuated quarter turn design or shall be provided with control rods that are directly connected from the valve handle to the rear mounted pump panel. All discharges shall have NST thread brass caps and chains, unless designed to be preconnected, or otherwise specified. All valves shall be Akron 8800 series swing-out style or equivalent. All valves shall be designed to operate under normal conditions up to 500 PSI and shall have dual seats to work in both pressure and vacuum environments. All valves and controls shall be easily accessible for service, repair or replacement. Where vibration or chassis flexing may damage or loosen piping, the piping shall be equipped with victaulic couplings. The main suction and discharge plumbing shall be welded stainless steel pipe or high pressure flexible hose. The flexible hose shall be designed to withstand the normal operating pressures of the pump. All high pressure hose shall be installed with a swivel or victaulic coupling on at least one end of the hose. The nominal sizes of the plumbing supplying the pump and discharges shall be as follows: Main suction- 2-1/2 inch Discharges -1-1/2 inch Hose reel - 1 inch A master drain valve shall be plumbed to the pump, suction plumbing and discharge plumbing as required to fully drain the piping and pump and prevent damage from freezing. The drain valve and associated plumbing shall be designed to withstand pressures of 400 PSI. PUMP OPERATOR'S PANEL CONTROLS The following components shall be provided on, and/or controlled at the rear mounted pump operator's panel: PUMP OPERATING INSTRUCTION PLATE (Optional) An identification plate shall be provided on the pump operator's panel with step-by-step operating instructions. TEST GAUGE CONNECTIONS (Optional) The plumbing system shall be provided with two (2) test ports on the pump panel exterior; one (1) plumbed to the intake side and one (1) plumbed to the discharge side of the water pump. These test ports shall be installed to provide a means for connecting certified test gauges when testing the pump's performance. PUMP PANEL LABELING (Optional) All controls, discharges, intakes, ports, drains, and other pump panel components that are not provided with a pre-printed legend or trim plate shall be labeled as required for ease of operation. Valves shall be labeled as outlined under "Valve Numbering System" in NWCG (National Wildfire Coordinating Group) Fire Equipment Working Team's "Water Handling Equipment Guide," latest edition. This labeling shall be accomplished through the use of color-coded identification tags. The tags shall be self adhesive, and shall be installed on the pump control panel with chrome plated bezels. The tags shall be placed adjacent to the components in such a way as to clearly distinguish the item that they are identifying. DISCHARGE PRESSURE GAUGE One (1) discharge pressure gauge shall be provided on the operator's panel. The gauge shall be a Noshok brand, or equivalent, graduated from 0-400 PSI, with a minimum diameter of 4". The gauge shall have a diaphragm installed at the pressure inlet to prevent water from entering the body of the valve. The gauge shall be illuminated by the standard panel lighting. INTAKE PRESSURE GAUGE (Optional) One (1) intake pressure gauge shall be provided on the operator's panel, located in a vertical pattern on the right side of the operator's panel below the discharge pressure gauge. The gauge shall be a Noshok brand, or equivalent, 30-0-400 PSI graduated, with a minimum diameter of 4''. The gauge shall have a diaphragm installed at the pressure inlet to prevent water from entering the body of the valve. The gauge shall be illuminated by the standard panel lighting. PUMP COOLER/BY-PASS (Optional) A pump cooler/by-pass line, labeled #17, shall be plumbed from the discharge side of the pump to the water tank to help cool the pump when it is engaged and water is not being discharged. This line shall be plumbed through a pump control panel-mounted valve that is designed to bypass water when the valve is open, allowing the water inside the pump to be maintained at a safe temperature. Water flow shall be between 1 and 2 GPM at 150 PSI pump pressure. A check valve shall be included in the line to facilitate priming. GAUGE DRAIN Intake and discharge pressure gauges shall be plumbed to the #11 pump and plumbing drain. One (1) Innovative Controls, or equivalent, tank level gauge shall be provided on the pump operator's panel to monitor the water tank liquid level. FOAM TANK LEVEL GAUGE One (1) Innovative Controls, or equivalent, tank level gauge shall be provided on the pump operator's panel to monitor the water tank liquid level. STAINLESS INTAKE STRAINER The pump intake shall be equipped with a stainless steel Y strainer to filter out foreign material and keep debris from entering the pump. The strainer will have a screw-off cap to allow easy cleaning of the filter element in the field. The plumbing shall also have a 4 bolt quick disconnect flange and one Victaulic coupling between the strainer and the pump for ease of service on the pump. DISCHARGE LOCATIONS One (1) 1-1/2" water-only discharge, shall be provided at the rear of the apparatus. The discharge shall be plumbed with stainless steel pipe and/or flexible high pressure hose, and shall terminate with NSTM threads with a NSTF brass cap and chain. The discharge valve shall be controlled at the valve with a TSC style handle. INTAKE LOCATION One (1) 2-1/2" intake shall be provided at the rear of the apparatus body, plumbed with 2-1/2" piping to the intake side of the pump. The intake shall be equipped with a 2-1/2" ball valve mounted at the rear of the truck and terminating with a NSTF swivel fitting. TANK FILL One (1) 1-1/2" Akron, or equivalent, tank refill, or recirculation line, with a 1-1/2" quarter turn inline valve, shall be provided to allow the water tank to be refilled through the pump. TANK TO PUMP LINE One (1) Akron, or equivalent, 2-1/2" inline valve, shall be installed between the water tank outlet and the pump inlet. BOOSTER HOSE REEL Two (2) Hannay brand, Model #SBEPF-28-23-24, or equivalent, booster hose reels, with a 70 amp breaker, and a capacity of 125 ft. of 1" booster hose shall be provided and prepared for mounting on the two front corners of the utility body behind the vehicle cab. The hose reel frame and drum shall be fabricated of polished aluminum, with the sprocket being chrome plated to minimize maintenance. The hose reel inlet connection shall be a 1" inline quarter turn valve and 1" flexible wire-reinforced hose. The hose reel outlet connection shall be 1" NPSH thread. The control valve shall be located on the rear-mounted pump operator's panel. The reel shall be provided with a 2/3 HP, 12 Volt electric motor for rewinding the hose on to the reel. Push button switches will be supplied for later mounting where necessary. The pinion shaft for the manual rewind gear shall have an adjustable tension brake, controlled at the reel. FOAM PROPORTIONING SYSTEM The pump system shall be provided with a Foam Pro Model 1601 foam injection system, plumbed to the discharge. This product shall be an automatic foam proportioning system, with electronically controlled, direct concentrate injection occurring on the discharge, or pressure, side of the water pump. The system shall reliably and accurately meter Class A fire suppressant foam concentrates. These foam concentrates are typically proportioned at ratios of 0.2% - 0.5% of foam concentrate in solution. The proportional injection system shall ensure that only the specified amount of foam concentrate is used. The system shall be simple to operate, and shall cause no pressure loss in the water system. A microprocessor control device shall be provided which incorporates a closed-loop feedback signal for more accurate proportioning in variable flow conditions. A full flow check valve shall be provided in the discharge piping to prevent foam contamination of the pump and water tank. A 5 PSI opening pressure check valve shall be provided in the concentrate line. A paddlewheel type flow meter shall be installed in the discharge specified to be "foam capable. The proportioner shall maintain accurate foam concentrate proportioning and injection rates over water discharge flows of 5 to 200 GPM, and shall maintain accurate proportioning and injection rates throughout a range of 0 to 400 PSI. The system shall provide flexibility in operation by maintaining a constant concentration of foam solution over a variable range of water stream flow rates and pressures. The proportioning rate shall be adjustable from 0.1% to 1.0% of the corresponding water discharge flow within the accuracy parameters recommended by NFPA. The system shall be compatible with nozzle aspirating systems, where nozzle flow volumes must be adjustable on demand, while maintaining a constant quality foam solution. Foam concentrate shall be provided from the onboard foam concentrate storage tank. PUMP PERFORMANCE TEST AND CERTIFICATION Upon completion, the apparatus shall undergo a complete pumping test that conforms to the requirements of NFPA Standard 1906 (latest edition) for the size and type of pump provided. The test shall consist of a continuous one-half hour test pumping at rated capacity and rated net pump pressure, a vacuum test of the primer system and plumbing, a tank discharge flow test and a pressure test of the apparatus piping. The pump and other components of the apparatus shall show no undue heating, leaks, or other defect. The results of the test shall be documented to establish the performance of the apparatus and to further insure that the unit shall perform satisfactorily when placed into service. The test results shall be certified in writing, with the certification provided to the purchaser for their records at the time of delivery of the completed apparatus. WATER TANK CONSTRUCTION The water tank shall be fabricated from ½" thick black protection series III copolymer polypropylene. The tank shall be designed to be completely independent of the body structure and compartments, and shall be equipped with removable lifting eyes to facilitate ease of removal. All joints and seams shall be nitrogen-welded inside and out. All exposed edges on the tank and fill tower shall be rounded off to a ¼" radius. The baffles shall be fabricated from ½" protection series III polypropylene and be designed for maximum airflow throughout the tank. The baffles shall be internally connected to the top, sides, end and bottom. The tank shall have a manual fill tower with a basket strainer for both the water tank and foam tank. The tank shall have a vent over-flow pipe that shall extend through the tank and exit under the vehicle. The tank sump shall have a plate welded approximately 2" above the sump to prevent water swirl. There shall be piping inside the tank with a suction tube to the sump. The suction tube shall extend down through the anti-swirl plate and baffles. All fittings in the tank shall be heavy duty polypropylene and shall be welded inside and outside. Tank inlets shall have flow detectors inside the tank. TANK CAPACITY The water tank shall have a usable capacity of 300 gallons. FOAM TANK One (1) 5-gallon capacity foam concentrate storage tank shall be provided and plumbed to the on- board foam system. The tank shall be fabricated from polypropylene and shall be designed and fabricated as an integral part of the main water tank. The foam tank shall have a separate fill tower. The foam tank fill tower lid shall be labeled as to the type of foam concentrate contained within the tank. GEAR STORAGE COMPARTMENT A storage compartment fabricated from ½" protection series III polypropylene shall be a component of the water tank assembly, located at the front of the apparatus. The storage compartment shall have approximate dimensions of 46" L X 16" W X 30" D. A drain shall be provided in the bottom of the compartment that vents through to the ground. The compartment shall have a polypropylene overlapping style lid with polished latches. The storage compartment shall be adequately sealed to prevent water intrusion. SPARE TIRE STORAGE A bracket shall be placed on the top of the water tank that allows for secure mounting of the spare tire and a horizontal position. DELIVERY: Vendor shall provide delivery of completed unit to USDA Forest Service, 27 Ranger Lane, Natural Bridge Station VA 24579. EVALUATION INFORMATION: Quotes will be evaluated using the following factors: 1. Technical capability of product to meet Government requirement. 2. Price: Governments evaluation will include total cost to the Government, including delivery charges. A fixed price contract will be awarded from this solicitation. SET-ASIDE: This solicitation is a Total Small-Business Set-Aside. The applicable NAICS code is 423850 and the small business size standard is 100 employees. PROVISIONS AND CLAUSES: The following provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50 effective May 15, 2011. They are applicable to this solicitation and are incorporated by reference. All FAR provisions and clauses may be viewed on the web at: https://www.acquisition.gov/far/ FAR 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008). The following addenda is provided to this provision: FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (APR 2011). Complete only paragraph (b) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (c) through (o) of this provision shall to be completed. This clause can be downloaded from the following website http://www.arnet.gov/far/. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2011); the following FAR clauses are applicable as listed in 52.212-5. FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003) FAR 52.219-28 Post Award Small Business Program Representation (APR 2009) FAR 52.222-3 Convict Labor (JUN 2003)) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010) FAR 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (JUN 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) QUOTATION SUBMISSION AND RESPONSE TIME: Submit pricing information on the attached Quote Sheet; including company name & address, DUNS number, Federal TIN, an itemized quote sheet showing the technical specifications of the product being offered and Representations and Certifications (FAR 52.212-3) if you are not registered in ORCA as described above. If you are registered in ORCA, please complete and only paragraph (b) of FAR 52.212-3 and submit with your quote. The Representations and Certifications clause (FAR 52.212-3) has been attached as a separate document for your use. Quotes must be received by 3:30 pm EST on Tuesday, August 23, 2011. You can submit your quote by regular or express mail, to: USDA, Forest Service, Attn: Sherry Helmick, 5162 Valleypointe Parkway, Roanoke, VA 24019-3050 or fax your quote to 540-265-5109. Offerors shall submit an itemized quote sheet documenting the specifications (ie, size, make, capabilities, etc) of the equipment they are offering in response to this solicitation. SPECIAL NOTE: Successful contractor must be registered in the Central Contractor Registration Database (www.ccr.gov) prior to award of contract. Contact Sherry Helmick at 540-265-5112 or shelmick@fs.fed.us, or Anna Bryant at 540-265-5115 or ambryant@fs.fed.us if you have questions regarding this solicitation or to confirm receipt of your faxed quote. Contact Kurt Thompson at 540-969-7474 if you have questions regarding the technical specifications of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/3434/AG-3395-S-11-0021/listing.html)
- Place of Performance
- Address: Deliver to: USDA Forest Service, 27 Ranger Lane, Natural Bridge Station, Virginia, 24579, United States
- Zip Code: 24579
- Zip Code: 24579
- Record
- SN02520875-W 20110805/110804000059-80428ee4a538535ea6f03a3a0b342c54 (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 |