Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2011 FBO #3555
SOLICITATION NOTICE

42 -- Fire Brush Truck

Notice Date
8/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
USPFO for Indiana, 2002 South Holt Road, Indianapolis, IN 46241-4839
 
ZIP Code
46241-4839
 
Solicitation Number
W912L9-11-T-0030
 
Response Due
9/1/2011
 
Archive Date
10/31/2011
 
Point of Contact
Kerry N. Champ, 812-526-1782
 
E-Mail Address
USPFO for Indiana
(kerry.n.champ.ctr@us.army.mil)
 
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. Solicitation number: W912L9-11-T-0030 Notice Type: Combined Synopsis/Solicitation Synopsis: The following items are needed: 1 - Fire Brush Truck with pump. The offers received will be evaluated by a best value determination. Items are to be name brand or equal. Items: 1.0Purpose The purpose of this scope is to provide the necessary equipment for wildland firefighting and range land rehabilitation (range stability). This Fire Response unit consists of a heavy-duty 4x4 truck and pump is needed to support the forestry and wildland fire management program at Camp Atterbury JMTC. These programs include prescribed fire management, wildfire suppression duties, and range rehabilitation. This truck requires 4x4 capabilities for utilization of getting water to necessary locations via off-road routes routinely encountered during burning operations. Additionally, this truck requires a minimum of tons and a 6.6L Duramax diesel engine with Allison transmission to tow hydro seeders, Bobcat skid steers, and tractors in support of training area and range land rehabilitation. This purchase will assist meeting requirements set by Department of Defense (DoD), National Guard Bureau (NGB), Indiana, and CAJMTC for wildland fire management, as well as assist in sustaining specific installation training needs. This purchase is instrumental for complete implementation of CAJMTC's Integrated Natural Resource Management Plan (INRMP) and compliance with CAJMTC's Integrated Wildland Fire Management Plan (IWFMP). This equipment will be used for Environmental Management projects and in support of ITAM and RTLP projects. This truck will be used in support of training IDT, AT, PMT and MOBE soldiers. This is a recurring need as more training assets are added to CAJMTC in the form of COP's and Villages and in maintenance of existing villages, ranges, OP's, etc. Renting this equipment is not cost effective. Without this equipment training of AT, IDT, and deploying soldiers will significantly be hampered by loss of productivity, inadequately installed or maintained training lands and structures. 2.0Specifications (A)Fire response brush truck unit includes a skid mounted fire fighting unit to be mounted in a Chevrolet Silverado 2500 4X4 truck. Expectation is for vendor to provide the vehicle with skid unit fully assembled and installed and include delivery of the final product. Specifications of individual components follows. 2.1 Pump System (A) 200 Gallon Poly 2 Tank System. Fabricated with " thick Copolymer Plastic. Fully baffled and IAW NFPA Guidelines 8" x 8" x 2 " deep sump with anti-whirlpool plate and 4" tank overflow-vent 1 " Tank fill-recirculator with internal diffuser 2" Tank suction to sump Liquid level sight gauge-translucent 8" x 8" x 7" fill tower with screen-lid and 2 " overflow-vent Internal lugs to accommodate mounting to custom aluminum skid system Copolymer plastic to withstand hot and cold temperature extremes High Impact Resistant Reinforcing 1" thick plastic bars welded to tank top for mounting of hose reel 12 gallon foam cell and Class "A" foam system fully integrated into design. (B) Hale HPX75B11 Pump fully integrated into this design to include 11 hp Briggs & Stratton Engine with electric start and recoil backup. Low oil protection, quick-easy oil change valve and 12 Volt Battery system to be mounted on pump platform Pump Performance: 110 gpm @ 50 psi 50 gpm @ 150 psi 25 gpm @ 200 psi (C) Hannay Electric Hose Reel to include 200' of " Goodyear 800psi red hose with Akron 1030 Forestry Nozzle (D) Aluminum skid system. Skid system shall be manufactured from 2" x 3" 6061 aluminum tubing, with necessary crossmembers. Skid system shall also include bright aluminum treadplate under the pump and piping area of unit. The pump-piping shall be accessible from the rear of the truck without having to climb up on truck to access any control valve. Total platform dimensions shall fit the selected truck bed (see section 2.2.H) (E) Stainless Steel Full Flow Piping System. Shall be precision pulse TIG welded. Piping shall be schedule 40 304 stainless steel, (galvanized or steel piping is not acceptable because of corrosion/rusting). This skid unit shall incorporate the following valves/piping configuration: (1) 2" Stainless Steel Fire Service quarter turn tank-to-pump valve (1) 1" Stainless Steel Fire Service quarter turn hose reel valve (1) 1 " Stainless Steel Fire Service quarter turn rear discharge valve/NST male/Cap/Vinyl coated SS cable (1) 1" Stainless Steel Fire Service quarter turn rear discharge valve/NST male/Cap/Vinyl coated SS cable 2" tank-to-pump stainless steel piping and also 2 " aux. suction-with valve, anodized plug/vinyl coated SS cable (1) 1 " Stainless Steel Fire Service quarter turn fill-recirculate valve custom stainless steel discharge piping system to 4" stainless steel discharge manifold All piping shall be painted utilizing the Dupont Imron paint system Custom pipe support with non metallic cushion system All piping shall be 304 stainless steel and be precision butt welded for full flow (F) Pump operator's panel (desired options are listed below, these are not meant to be all inclusive or absolute requirements. They simply reflect equipment the end user has previous experience with) PSI gauge Battery volt meter Electric start Choke Throttle control Shut off Panel light (G) All fasteners used in construction of this unit shall be stainless steel or aluminum. All wiring shall be watertight and color coded. Shall include mounting hardware for installation into truck (H) Unit shall be of brand new quality, free from any defects, and tested prior to shipping (I) Unit shall also include nomenclature tags on all valves, fill tower, and tank areas. Vendor shall provide manuals for all systems and components-complete (J) Warranties: Tank-Lifetime, Piping-Lifetime, Stainless Steel Valves-10 years, HALE pump system-3 years, Briggs&Stratton engine-2 years, Hannay hose reel 3 years. 2.2 Truck 2011 Chevrolet Silverado 2500 4x4. (B)Duromax 6.6L V8 Turbo Diesel Engine (C) 6 speed Allison Transmission (D) 17" Chrome-Clad steel wheels (E) Trailer brake control (F) 3.73 ratio rear axle. (G) Crew Cab (H) Standard pick-up style bed (not a flat bed) oshort box (6 foot)- preferred ostandard box (8 foot) -acceptable based on availability, pricing differences and final skid unit/pump&tank dimensions See RFQ for IMPORTANT additional details Shipping / Location Information: FOB: Camp Atterbury JMTC Edinburgh, IN 46124 The North American Industry Classification System (NAICS) Code is 336211. All responsible sources may submit an offer, which shall be considered by the Agency. The winning vendor will be required to be registered in CCR (Central Contractor Registry). Lack of registration in CCR will make an Offeror ineligible for award. CCR is located at www.ccr.gov or www.bpn.gov A Firm-Fixed-Price purchase order will be issued in writing. Payment: Payment by Wide Area Work Flow. Contractors using WAWF must register online at https://wawf.eb.mil You can find more information on WAWF and the registration process on the WAWF training site; http://www.wawftraining.com The following clauses and provisions incorporated can be found in RFQ W912L9-11-T-0030 and are to remain in full force in any resultant purchase order. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil POC: Kerry Champ Questions pertaining to this RFQ should be emailed to kerry.n.champ.ctr@us.army.mil Question are due in this office no later than 24 August 2011, at 2 p.m. EST. Quotes are due in this office no later than 1 September 2011 @ 1:00 p.m. EST. Quotes should be e-mailed to kerry.n.champ.ctr@us.army.mil Quotes must include all requested items, tax id number and cage code. ***The Government considers the listed items as demonstrating the level of quality desired by this solicitation. Must provide specifications for items you are quoting. *****************Solicitation and all documentation can be located at www.fbo.gov or www.nationalguardcontracting.org. Click into NGB Advertised Solicitations and look for solicitation number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA12/W912L9-11-T-0030/listing.html)
 
Place of Performance
Address: Camp Atterbury PO Box 5000 Edinburgh IN
Zip Code: 46124
 
Record
SN02538397-W 20110819/110817235853-01e302cb636fc5e11bb6113f953c8649 (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.