SOLICITATION NOTICE
42 -- Fire Trucks : Structural Pumpers
- Notice Date
- 7/9/2015
- Notice Type
- Presolicitation
- NAICS
- 336120
— Heavy Duty Truck Manufacturing
- Contracting Office
- TCC-Kaiserslautern (PARC Europe, 409th CSB), KO DIRECTORATE OF CONTRACTING, UNIT 23156, APO, AE 09227
- ZIP Code
- 09227
- Solicitation Number
- W564KV15T0085
- Response Due
- 8/24/2015
- Archive Date
- 9/23/2015
- Point of Contact
- Tameka Flowers, +4906314115507
- E-Mail Address
-
TCC-Kaiserslautern (PARC Europe, 409th CSB)
(tameka.c.flowers.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Under the authority of FAR Part 12-Acquistion of Commercial Items, and FAR Part 13-Simplified Acquisition Procedures, the 409th Contracting Support Brigade/Theatre Contracting Command (409th CSB/TCC) intends to issue a solicitation for the acquisition of a minimum of two (2) fire trucks and the option to purchase an additional seven (7) fire trucks. Additional maintenance and services, integral to these fire trucks, are also part of this requirement. SALIENT CHARACTERISITICS/ SPECIFICATIONS GENERAL: The Scope is to provide structural pumpers to U.S. Army Europe. oThis contract consists of three major elements: THE VEHICLE CHASSIS: A commercial cab over engine (CoE) chassis specifically adapted to the requirements of firefighting vehicles, rear mounted fire pump with foam proportioning system. AN APPARATUS BODY: With min. 2,800l water tank, 300l foam, tank, covered hose bed and storage compartments with roll up doors. FIREFIGHTING EQUIPMENT: Each vehicle will provide sufficient storage space to transport securely all listed items (attachment A-1). Not all vehicles will come fully equipped; however there must be enough space to store all equipment as they will serve as backup apparatus to each other. Firefighting Systems: All firefighting systems will be connected and controlled by an internal CAN Bus system. DIMENSIONS, WEIGHTS, PERFORMANCE: oThe vehicle shall not exceed the maximum dimensions prescribed: Maximum length: 8,300 mm Maximum width: 2,550 mm Maximum turning diameter (wall to wall): 17,500mm Maximum Height (including all accessories): 3450 mm Maximum Gross Vehicle Weight Rating (GVWR): 18,000 kg Tilt angle: Minimum 26.5 per ECE R29 Acceleration (0-50 km/h; 0-35 mph): Not more than 15 seconds Top Speed: 68mph (110kph) governed Approach angle and departure angle: At least 16 Ground clearance: At least 200mm. GENERAL REQUIREMENTS: All components of this vehicle must be brand-new and first class products and absolutely reliable under any environmental condition, e.g. salt water areas and hot areas, ambient temperatures from -25 C up to +45 C. oPaint: The color coat application shall consist of two to three applications of acrylic urethane color coat. The final finish shall be free of dirt and sags and shall meet a minimum grade of 7 when compared to the quote mark ACT quote mark general orange peel standards by quote mark ACT quote mark Laboratories, Of Hillsdale, MI. Underbody coating must be provided on all chassis and body parts, wherever required. The final finish of the cab shall be to fire apparatus standards; exhibiting excellent gloss durability and color retention properties. Chassis frame, rear mirrors with brackets RAL 9005 black Cab, Apparatus body RAL 3000 red Fenders, front bumper Grey Rims Aluminum polished oAll outside alloy parts will be polished; inside alloy part will be polished or brushed. CHASSIS AND CAB: Chassis and cab shall be specifically designed for the use as firefighting vehicle. The vehicle will be equipped with a firefighting vehicle preparation package from the chassis manufacturer. oDrive train: An all-wheel drive (4x4) drive train system with transversal driver's operated differential locking mechanism shall be provided. Permanent driveline installations shall be balanced to prevent vibration oAxles: Two axle layout. Single wheel steering front axle, dual wheel rear axle with locking differentials on both axles. oSuspension: oFront axle: Rigid steering axle with parabolic leaf suspension and stabilizer bar at least 7,500 kg rated GAWR Rear axle: Rigid axle with parabolic leaf suspension at least 13,000 kg rated GAWR Wheelbase: Min 4,300mm TRAINING: The contractor will develop and provide training sessions at least 24hours onsite training (at the delivery location) for approximately 20 students in local language (German/Italian). The government will provide training facility at the U.S.Army installation. Training will be provided not later than (NLT) two weeks after delivery of the vehicle. The contractor will coordinate with the POC NLT 60 days prior delivery. Training will consist of classroom lecture and hands on training. The training will provide a comprehensive training about operation of the vehicle and troubleshooting. Each feature of the vehicle will be at least presented. Topics to be covered: oOperation of the vehicle and initial trouble shooting (i.e. changing a lit bulb or a fuse) o Maneuvering the vehicle. This will include practical exercises covering backing up. oReaction in emergency situation like emergency braking, emergency lane changes etc. oSetting the vehicle into operation oPreventive maintenance and system checks required to be performed by the operator. The contractor will provide comprehensive classroom material in paper and electronic form (MS office compatible) for all training sessions. To allow a train the trainer and concept and repeat this training as a refresher with government in-house fire instructors, course materials will be developed IAW with standards prescribed in NFPA 1041 and all its annexes and implementation guidance prescribed in IFSTA manual quote mark Fire Service Instructor quote mark. DOCUMENTATION: The contractor shall provide three sets (hardcopy-sealed in moisture proof plastic and electronic in an MS office compatible format): oParts list to include all accessories oA wiring diagram of the entire electrical system. oA loading plan oWater/foam piping diagram oAxle weight distribution diagram oA preventive maintenance plan outlining tasks to be performed, frequency and qualification required to execute task. oA comprehensive manual outlining comprehensively operation of vehicle and all its components consisting at least of: consisting of: oOperation manual for chassis and firefighting superstructure oMaintenance manual for chassis and firefighting superstructure oSpare parts list for superstructure and chassis oA complete set of shop plans. oBrake test results oAll documentation shall be in English. oEuropean or U.S. Title for the vehicle, oCertificate of CE conformity, documenting for entire vehicles with all critical characteristics oConfirmation document that all spare parts are available through the manufacturer for at least fifteen (15) years oAbove documentation shall be provided to the POC, not later than 3 weeks prior delivery of the vehicle. WARRANTY: The entire vehicle including all accessories and equipment (except government provided) will be covered with 24 months of warranty after delivery and operators have been trained. A six year rust through warranty (Cab ten years) will be provided. The government will identify a designate POC for warranty enforcement for each vehicle. STRUCTURAL PUMPER- SERVICE AND MAINTENANCE GENERAL: The objective is to provide maintenance and repair services during warranty period for the structural pumpers purchased under this contract. Vehicles will not accumulate more than 10,000.00 miles / 16,000.00 Kilometers per year. It consists of individual purchase options for the first and the second year of warranty. SERVICES INCLUDED: The Contractor shall be responsible to establish and implement a comprehensive maintenance and repair program for the vehicle and all associated equipment procured with the vehicle. The contractor shall be responsible for all expenditures associated to operation and maintenance of the vehicle all parts and equipment associated unless explicitly excluded in this PWS. This includes labor, parts, management, administration and all other associated efforts to execute the maintenance tasks. It shall include all efforts required to maintain manufacturer warranty and CE certification. It shall include all efforts to include testing and certification required to legally operate the U.S. government owned vehicle on public roads in Europe and have it operated by local national employees. The contractor efforts shall meet or exceed all manufacturer recommendations applicable to scheduled maintenance and repair and the requirements of applicable NFPA codes. A more comprehensive specifications list will be included in the solicitation. The Government is in no way obligated to do business with or to enter into any form of contractual relationship with any person, firm or entity that receives this announcement, submits inquiries pursuant to this announcement or otherwise responds to this announcement The Government anticipates awarding a single, firm-fixed-priced contract award through full and open competition. All responsible sources may submit a quotation in response to the solicitation when it is released. To be considered for contract award, all offerors must be registered in the System for Award Management (SAM) at www.sam.gov. The Request for Quotes (RFQ) will be issued via Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. The solicitation number is W564KV-15-T-0085. Hard copies of the solicitation will not be issued. It is the contractor's responsibility to monitor the Government-Wide Point of Entry (GPE) for the solicitation release and all subsequent amendments. The anticipatory issue date for the solicitation is forty-five (45) days from the posting of the pre-solicitation. The delivery will be FOB destination to Vicenza, Italy and Ansbach, Germany. -Vicenza USAG Vicenza DES Fire Department Bldg. 50 CASERMA CARLO EDERLE Via Aldo Moro 36100 Vicenza, Italy - Ansbach USAG Ansbach IMCOM Europe Fire Fighting Training Center Bldg# 8109 Urlas Training Area 91522 Ansbach, Germany Point of contact for this action is SSG Tameka Flowers, email tameka.c.flowers.mil@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1fa0f33fc08792adb7ec6de895378f2d)
- Place of Performance
- Address: USAG Vincenza DES Fire Department Bldg. 50, CASERMA CARLO EDERLE, Via Aldo Moro Vicenza
- Zip Code: 36100
- Zip Code: 36100
- Record
- SN03791080-W 20150711/150709235440-1fa0f33fc08792adb7ec6de895378f2d (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 |