Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2015 FBO #5013
SOURCES SOUGHT

32 -- Armory and Generator

Notice Date
8/13/2015
 
Notice Type
Sources Sought
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE Middle East District, Attn: CETAC-PD-CT, 201 Prince Frederick Drive, Winchester, Virginia, 22602-5000, United States
 
ZIP Code
22602-5000
 
Solicitation Number
W912ER-15-R-0032
 
Archive Date
9/4/2015
 
Point of Contact
Holly K. Watson, Phone: 5406652592
 
E-Mail Address
holly.k.watson@usace.army.mil
(holly.k.watson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Containerized Arms Rooms Jordanian Quick Response Force The U.S. Army Corps of Engineers (USACE), Transatlantic Division, Middle East District (TAM), is seeking to award a new, fully competed, Firm-Fixed-Price (FFP) contract to provide containerized arms rooms and generator support to the Jordanian Quick Response Force. The containers shall meet the requirements noted below and provide lockable storage space for the military equipment listed in Appendix A. Only those items listed in Appendix A will be supported by this contract. No ammunition, other than to test the equipment, is to be stored in the containers. The host nation will furnish all military equipment to be stored in the containers. The selected vendor shall be responsible for procuring the arms room containers and the supporting generator, and for shipping all equipment and material to the host nation. Generator shall be a mobile hybrid powered generator that relies on solar power to support the container electrical load. Mobile hybrid powered generator shall have a generator back-up in case of loss of solar load (i.e., sand storms, maintenance, etc). THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY SERVICES, NOR DOES THE MIDDLE EAST DISTRICT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. NAICS: 332999 1. REQUIREMENT: CONTAINERS The containers shall meet the following requirements -Shall be constructed of steel and be 20 feet in length -Shall be ISO-668, Series 1 suitable for ground, rail and sea transport -Shall be built, fully assembled and configured prior to shipping and arrive ready to use -Exterior skins shall be made of at least 6.4 mm steel plate on all sides -Exterior doors shall provide up to 60 minute forced entry resistance -Exterior doors shall be ballistic resistant as well -Exterior doors shall be lockable and weather resistant -Each container shall be equipped with a 4 foot work surface with overhead storage cabinet with under cabinet lighting (or a similar configuration) -All burrs and sharp edges shall be removed from the containers -Shall be compliant with DoD 5100.76M and AR 190-11 -Shall have sufficient interior and exterior lighting for use and security -Interior shall be lined and finished with a minimum 50 mm hardwood lining and insulation (R-12 minimum). All interior metal shall be primed. -Weapons issue port (can be exterior or interior) -Container floors shall be finished and cleanable -Air conditioning and heating shall be suitable for the environmental conditions to be encountered in Jordan. -Containers shall operate on local power requirements: 230 volt, 50 Hz system. All associated components shall be compatible. This includes, but is not limited to the HVAC unit, all wiring, electrical outlets, light fixtures, and bulbs. -Roof lifting lugs and tie down rings or equivalent -Pistol and rifle cleaning barrels -Hardened air vent assembly -Lockable exterior electrical service entrance -NFPA grounding kit, grounding lugs and grounding rods (two per container at a minimum) -Interior Electrical Panel -Interior shall be designed to hold the military equipment listed in Appendix A. -However, one container shall be used to hold night vision devices only. -It is recommended that one container hold all personal weapons (M4, M9, and M16) and that another container support all crew served weapons, mortars and sniper rifles. However, additional configurations for these two containers will be considered as long as they support the minimum number of military equipment listed for personal weapons, crew served weapons, mortars and sniper rifles. -Power is to be supplied by a mobile hybrid powered generator -Shall be painted using CARC paint in a tan color. Vendor to provide color charts from which to select from. 2. REQUIREMENT: MOBILE HYBRID POWERED GENERATORS a. The mobile hybrid powered generators shall meet the following requirements: -Engine, all fuel elements and exhaust, shall be suitable for the diesel fuel used in Jordan. Vendor shall certify that their equipment meets this requirement in their response to the solicitation and shall be included in their proposal. - The generator components shall be readily available in the U.S. and Jordanian markets to facilitate easy procurement and replacement when necessary - The mobile hybrid powered generators shall be rated for use in harsh desert climates with temperatures ranging from 0-50 degrees Celsius and frequent sand storms - All electrical components, enclosures, receptacles and panels shall be rated NEMA 4 or better - Shall be painted using CARC paint in a tan color. Vendor to provide color charts from which to select from. b. And shall be configured as follows: -18.2 kWh Battery Storage -8.4 kWh Daily Solar Generation -4.5 kW Diesel Generator with 5 kW peak power -230 VAC, 50 Hz, Input & Output including three power outlets -One 12 VDC receptacle -One 24 VDC (NATO) slave receptacle -One 5 VDC USB-A port -Sling Loadable for helicopter transport -Set-up does not require any tools and can be accomplished by one person -Plug and Play Operation -60 L generator fuel tank -Each generator includes AC charge cable, battery spill kit, and solar cables -Onboard battery monitor with event logging -24% Generator Duty Cycle Power Storage: -Sealed Valve Regulated Lead Acid (VRLA) battery -170 A of external AC charging current -External system digital volt meter -External 300 amp main breaker Solar: -Four solar panels provided in an enclosure/container that sits on top of the trailer platform. Panels shall be secured in the enclosure/container while not in use or in transit. -Panels can be easily dismounted and installed on the ground with little effort. The solar panel assembly shall resist the maximum wind speed observed in the Egyptian desert areas. -Solar panels utilized shall be of a high efficiency grade (i.e., Tier I). Panels shall be Suniva Optimus Series, 60 cell monocrystalline solar modules or equivalent. -Solar panel connectors are MIL-STD metal bayonet-style and are heavy duty Inverter -9,600 W surge power (i.e. peak) -Output frequency/accuracy 50 Hz +/- 0.1% -Pure Sine Wave -92% inverter efficiency -16 millisecond transfer time -24 V output current @25 degrees c-105A -5 VDC USB charging -18-34 VDC battery input -6,000 W continuous 220 VAC output at 25 deg c -Batteries shall be Power Safe SBS, manufactured by EnerSys, or equivalent and the inverter shall be vented model M-Series International, manufactured by OutBack Power, or equivalent. Platform Specifications: -Overall Length (OAL): 3.35m (11 feet) -Overall Width (OAW): 218 cm (86 inches) -Overall Height (OAH): 182 cm (72 inches) -Gross Vehicle Weight Rating (GVWR): 1587 kg (3,500 lbs.) -Curb Weight (CW): 1315 kg (2,900 lbs) -Sling Loadable/tie down with 4 d-rings -Hitch pintle ring -Platform shall be able to handle various road conditions from desert sand to paved areas and all in between. -Platform shall have the capability to be loaded onto a trailer for ease of movement c. MILITARY MODIFICATION: The following military modifications shall be applied to the equipment basic configuration: -Humvee tires -Military Generators -Completely Enclosed Panels for weather protection. Includes cover for the generator. 3. REQUIREMENT: MILITARY EQUIPMENT STORAGE The list of military equipment to be stored in the containers is provided in Appendix A. As noted above no ammunition is to be stored in the containers other than what is needed for testing the equipment. Vendors are to configure the containers so that they, at a minimum, store the number of military equipment listed and still meet the container requirements listed above. All cabinets storing the military equipment storage shall meet the following requirements: a. 9 point locking doors b. Leveling feet, anchor bolts or similar structure to hold the storage units in place. c. Fully welded, heavy gauge steel cabinets (min 18-gauge) d. Meet US DOD physical security regulations including DOD5100.76-M for sensitive conventional equipment and AR 190-11for conventional equipment e. TACOM certified with national stock items assigned f. Sizes required accommodating the military equipment listed in Appendix A g. Built-in, folding, retractable doors (i.e., no swinging doors that will impede container access) h. Metal components and assemblies shall have the manufacturer's standard powder coat paint finish i. Shall be lockable (locks to be provided by the host nation) j. Construction to have an inherent strength that will prevent an individual form manipulating the cabinet components (without tools) such that an item of military equipment can be removed Cabinets shall be installed per the manufacturer's written instructions for each type of secured military equipment storage cabinet provided. Cabinets shall meet the requirements listed above prior to installation. The selected vendor is responsible for ensuring the procured cabinets meet all of the requirements and are suitable for installation. 4. N/A 5. DELIVERY a. The selected vendor is responsible for shipping the arms room containers, the mobile hybrid powered generators, and all associated parts and equipment to the host nation in Jordan (i.e., destination). Exact delivery location to be selected by the host nation. b. The host nation will ship the arms room containers, hybrid generator and all parts/equipment overland to its final destination. 6. INSPECTION ACTIVITIES a. Pre-delivery inspection: Vendor shall advise the Program Manager listed below at least 14 days before the arms room containers are scheduled to be complete and ready for pre-inspection. The arms room containers shall be pre-inspected for contract conformance and to resolve all known deficiencies or discrepancies prior to shipment. However, this pre-inspection is not final and does not relieve the selected Vendor from their responsibility to provide containerized arms rooms in accordance with the contract requirements. b. A final inspection, complete with U.S. Government acceptance, will occur once the arms room containers, mobile hybrid powered generators and associated parts and equipment are delivered to the host nation. This inspection will be coordinated through the Program Manager and will be conducted by local Corps of Engineer and U.S. Embassy representatives. The host nation may be involved as well. A Form DD250 will be signed thus indicating acceptance. c. Location of final acceptance and inspection will be determined by the U.S. Embassy in Jordan, in conjunction with the host nation. 7. COMMISSIONING ACTIVITIES AND TRAINING: a. On-site startup and commissioning at the depot in Jordan. Prior to start of training, the selected Vendor shall re-assemble any parts or components that were disassembled during shipment. Each delivered piece of equipment shall be started and commissioned. The Vendor shall ensure that all parts and systems are in working condition and are ready to be used for the on-site training. b. The selected Vendor shall provide the standard manufacturer's training in-country for five Jordanian Military members. Training shall cover both operation and maintenance aspects of the equipment (arms room's containers and mobile hybrid powered generators) and shall be conducted in English. The Vendor shall provide its standard training curriculum in its technical proposal response. 8. MANUALS: The following manuals are required with this procurement. All manuals are to be in English: a. Operator Manual: 10 each b. Parts Manual with compact disc: 2 each c. Service Manual: 2 each 9. WARRANTY: The Vendor shall include the standard commercial warranty implementation and procedures for all supplied equipment under this contract. A point of contact (POC) for warranty implementation shall be identified by the Vendor. Manufacturers' standard commercial warranty shall be provided and specified in the Vendor's technical proposal. The Corps of Engineers representative in Jordan shall be notified of all warranty complaints. 10. PERIOD OF PERFORMANCE: The Vendor shall fabricate, inspect, and ship the above listed equipment within 240 calendar days after contract award. The period of performance for this procurement is a total of one year after contract award with a one year standard commercial warranty period. 11. USACE POINTS OF CONTACT: Contracting Officer: Jean L. Birdsell Phone: 540-665-2617 Email: Jean.L.Birdsell@usace.army.mil Contracting Specialist: Holly K. Watson Phone: 540-665-2592 Email: Holly.K.Watson@usace.army.mil Program Manager: David L. Worthington Phone: 540-665-3939 Email: David.L.Worthington@usace.army.mil Point of Contact in Jordan: Arafat Abu Khadra Phone: 540-678-3048 Email: arafat.m.abuKhadra@usace.army.mil 12. DUTIES, TAXES, AND LICENSE FEES: a. All materials, equipment and supplies that are for use and/or incorporation into the project are exempt from taxes, duties, and license fees under the terms of the Agreement between the Government of the United States and the host Government (Jordan). The Vendor warrants his price for this contract is exclusive of any such charges. b. If after the date of this contract and except for the provisions of paragraph c. below, the Vendor is required by the host Government to pay any such taxes, duties, or license fees paid directly to the host Government on materials, equipment, and supplies for use and/or incorporation into this project, he shall notify the Contracting Officer in writing. Upon satisfactory proof of the payment of such duties, taxes, or license fees, the Vendor will be reimbursed for the amount of payment therefore. Taxes must be paid per FAR 31.205-41(2) in order for them to be reimbursable. c. Vendor owned or controlled material, equipment and supplies sold or disposed of by the Vendor may be subject to the imposition of local duties and within the Host country taxes. No reimbursement will be made under this clause for such transactions. 13. SUBMISSION OF MONTHLY INVOICES: a. Invoices shall be prepared and submitted in accordance with FAR Clause 52.212-4 Terms and Conditions Commercial Items. One copy shall be marked "ORIGINAL". b. Each invoice must be accompanied by the following: 1. Certificate of Conformance indicating Vendor conformance to the requirements of the contract. 2. A copy of the Material Inspection and Receiving Report (DD Form 250) signed by the Contracting Officer's Representative or the Alternate COR. c. The Program Manager must receive a copy of the signed Material Inspection and Receiving Report and the Certificate of Conformance before payment will be authorized for services performed and supplies received. The Program Manager's copies must be sent to the address shown above in paragraph 12. d. Final Pay Invoices must be accompanied by a release of claims in addition to the information requested above. e. Failure to provide the required information will result in the rejection of the invoice and a request for a revised invoice that meets the contract requirements. Payment will not be authorized until a proper invoice, meeting the requirements stated herein, is provided. 14. VENDOR'S DATA SUBMITTAL REQUIREMENTS: The Vendor is required to furnish the following data submittal as specified: a. WARRANTIES: Provide copies of warranties to the COR and Project Manager. Responses shall be submitted by e-mail and include the following information in the subject line of the e-mail: RFQ 991219 Request for Information. All responses shall be submitted via e-mail to the following individuals: Brian Johnson, brian.johnson@usace.army.mil; The requested response date is 20 August 2015 @ 3:00PM local time in Winchester, VA..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-15-R-0032/listing.html)
 
Record
SN03837530-W 20150815/150813235558-f36b597ab64b85cab2a7d5be32d68e06 (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.