|
COMMERCE BUSINESS DAILY ISSUE OF MAY 16,2000 PSA#2601Federal Emergency Management Agency, Mt. Weather Emergency Assistance
Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135 23 -- TANKER TRAILERS SOL EMV-2000-RP-0035 DUE 060900 POC Jennie K.
Nickleson, Contract Specialist, 540-542-2133 E-MAIL: EMV-2000-RP-0035,
jennie.nickleson@fema.gov. This is a combined synopsis/solicitation
according to the format in FAR Subpart 12.6 as supplement with
additional information included in this notice. EMV-2000-RP-0035 is to
purchase five (5) each 6200 gallon potable water tanker trailers.
These tankers will be needed to meet food grade specifications to
provide potable water in quantity and quality for human consumption at
disaster locations. STATEMENT OF WORK: The tanks will be of a
one-piece design meaning that the axles are attached directly to the
tanker and there is no sub-frame for the tanker to sit on. This type of
design allows for lighter weight construction, prevents corrosion from
moisture and dirt buildup between dissimilar metals of sub-frame and
tanker and allows for easier maintenance and repair of the tanker. The
tankers are to be built from Type 304 Stainless Steel since the Type
304 is a closed porous metal, it will aid in the prevention of
bacterial growth. Tankers shall be fitted baffles of type 304 stainless
steel and designed soas to not interfere with the internal wash system.
The tankers are to be fitted with an internal wash system. The wash
system will aid in the cleaning and flushing of the interior to
maintain the integrity of the potable water system. Pump and plumbing
shall be configured to utilize existing water within the tanker for
cleaning. The pump will draw water from the tanker and supply the wash
system in a continuous re-circulating cycle. At the end of the
cleaning cycle the plumbing will allow for the dumping of the water
into the domestic sewer system. The tanks need to be insulated and have
the ability to be electrically heated to keep the water from freezing
during the winter months in transit and at disbursing site. Optimum
water temperature would be 55 degrees F. The tankers will be fitted
with a 3 horsepower single-phase motor to drive a good grade pump for
product transfer and be capable of pressurizing a building. Electric
motor and product transfer pump and plumbing shall be designed and
configured to allow the drafting and pumping of water on and off the
tanker at a rear portal. Electric motor and pump shall be capable of
pumping a minimal 45 psi continuously through a " to 1"x50' hose while
maintaining this pressure and volume during the periods when no
product is in demand to the end user. Pump and motor should be capable
of pumping a minimum of 250 gpm through a 3" hose. Plumbing should
allow for drafting, pumping, and be compatible with current water
purification units with FEMA. The connections for the supply side of
pump will have to allow for the connection of a 3" and " hose. Drafting
side of the pump will have to allow for the connection of a 3" hose.
Plumbing will have to be configured to allow the filling of the tanker
by bypassing the drafting side of the product pump. Tanker fill
connections should allow for a 3", 1.25" and " hose. An airtight
storage compartment is required for product transfer hoses. The tankers
will need to have one weatherproof storage compartment for a 25' ridged
hose for the purpose of drafting. Electric motor and product transfer
pump shall be located at rear of tanker and be enclosed in a
weather-tight compartment. Enclosure needs to be provided for product
transfer pump and motor. Provision needs to be made for the
installation and integration of a diesel generator capable of
supporting the electrical requirements of the heating and product
distribution modules. STAINLESS STEEL POTABLE WATER INSULATED
TANDEM-AXLE STRAIGHT BARREL TANKER TRAILER SPECIFICATIONS: Products --
Potable water; Temperature 180 degree F maximum; Capacity 6200 gallons
shell full; Compartments one, clean bore; Design Frame-less
cylindrical, straight bar 4" slope to rear, read discharge; Weight
11,200 lbs +/- 3%; Overall length 528" (44'0") nosebox to bumper;
Overall width 96" (8'0"); Shell 12 gauge type 304 stainless steel
barrel; Heads 12 gauge type 304 stainless steel, dished and flanged;
Finish Barrell #4 interior finish, Heads #4 interior finish, Welds W4
interior finish; Baffles type 304 stainless steel, minimum of four (4)
positioned so as to insure the integrity of the internal wash system
and provide road safety with less than full load; Roll Guard None;
Rings 10 gauge type 304 stainless steel channel rings and bolsters
fully welded to barrel; Insulation 3" Styrofoam; Electric heater (2)
flanged metal heater elements #6FLS60241-PI 1 installed forward and 1
installed rearward of trailer approximately 8' from center; Outer
jacket 24 gauge type 304 bright annealed jacket, 22 gauge type 304
bright annealed jacket heads, covered bolsters; Coupler height 48"
ground to kingpin plate; TANK FITTINGS: Spill dam 24"x48" type 304
stainless steel platform with non-slip on surface around manway. All
welds ground and polished; Drains none; Manway (1) 2" Betts #8327 type
316 stainless steel with 4 lugs and a white hypalon gasket; Vents (2)
3" stainless steel butterfly valve with NPT threads; Piping (2) short
pipe extensions fro rear head to outlet valve with 3" flange; Fittings
(2) 3" stainless steel acme thread with cap; Suction Line None; PUMP:
Install electric pump in rear of cabinet. Pump must be able to load and
unload potable water. Pump must also be able to "run clean in place
system" utilizing the hook-up connection at the rear-head with 100
gallons of water. Pump cabinet (1) stainless steel cabinet at read to
house pump, valves and clean in place system; Pump fittings All
fittings required for pump and clean in place system; TRIM: Catwalk --
none; Wash system (2) 4" sprayball clean-in place system with 2" inlet
behind dome lid and 2" inlet through rear head 1 " piping. sprayballs
and piping mounted approximately 10" off floor, offset from center;
Spill tray none; Ladder (2) aluminum ladder with perforated step rungs
and wide top platform step. 1 each side; Thermometer (1) 0-250 degree
F bulb type, curbside near ladder; Hose carrier (2) aluminum 7" x 20'
(1 mounted streetside and 1 mounted curbside with door to rear);
Fenders (2) ribbed aluminum full tandem single radius front, (2) ribbed
aluminum full tandem, double radius rear, (4) mudflaps, 1 behind each
front and rear fender, stainless steel pipe bracing with stainless
steel U-bolts; Tool box (1) stainless steel 30" tall x 30" deep x 48"
wide mounted ahead of suspension with extra bracing; Tire carrier at
landing gear; Product tags none; Placards none; Permit holder Betts
PS-1; Chain hooks none; ELECTRICAL SYSTEM: Lights 7-way receptacle with
trucklite lights per DOT, (2) stop and tail lights each side at rear in
bolt-on stainless steel light panels, model 60 trucklite at center for
marker and directional signal; Nose box Berg mounted on lower half of
front head; Worklight None; Back-up lights Standard; UNDERCARRIAGE:
Subframes Type 304 stainless steel framing for running gear, landing
gear, and coupler plate frame; Suspension Hutch CH9700-T flange mount
with tanker option 49" spread; Springs (4) Hutch #354-00 3-leaf hi-arch
1" axle seats; Axles (2) Ingersoll 5" round F22S, 71 " track, " wall,
16 "x7" "Q" series; Wheel end type 10-stud hub pilot (HP10);Hubs (4)
conmet preset aluminum, eaton oil seals and STEMCO hubcaps; Drums (4)
Outboard Centrifuse (HP10); Dust shields None, Hubodometer None; ABS
Midland FF (2/S1/M); Brake chambers (4) type 30/30 spring brake
chambers; Slack adjusters (4) 5 " automatic slack adjusters; Wheels (9)
8.25x22.5 aluminum 10 hole disc; Tires (9) 11R22.5 Michelin XT-1
radials; Upper coupler adjustable steel kingpin plate assembly; Landing
gear Power gear (airover hydraulic) assembly rated at 78,000 lbs;
Bumper 4"x4"x60" stainless steel tube; Underide None required; FINISH:
Paint Carbon steel parts cleaned, primed and painted black acrylic
enamel; Conspicuity 1" wide reflective tape per DOT minimum coverage;
Signs Standard caution decal package; Calibration Theoretical with
charts in 1" increments; Registration None; Government seal provision
None; and License holder required. This announcement constitutes the
only solicitation; Proposals are being required and a written request
for proposal will not be issued. The solicitation isissued as a Request
for Proposals (RP). Contractor must meet all requirement detailed in
this synopsis. Government's desired delivery time is 60 days ARO.
Please specify best delivery time ARO. Deliveries including testing,
inspection and acceptance will be conducted at the following locations:
Bothell, WA; Denton, TX; Lakewood, CO Thomasville, GA and Maynard, MA.
Include shipping charges, if any, in your proposal as a separate line
item. It is anticipated that a firm-fixed price single award contract
will result from this proposal. Technical and past performance is of
greater importance when compared with price. Offerors must include
price for each trailer and descriptive literature. Failure to comply
with all requirements may result in the rejection of your offer.
Offerors are to include a completed copy of the provisions at 52.212-3
Offeror Representation and Certifications Commercial Items with their
offer. The following clauses also apply 52.212-1 Instruction to
Offerors Commercial Items, 52.212-2 Evaluation Commercial Items,
52.212-4 Contract Terms and Conditions Commercial Items, 52.212-5
Contract Terms and Conditions Required to Implement Statutes or
Executive Order Commercial Items, 52.226-26 Equal Opportunity (E.O.
11246), 52.222-35 Affirmative Action for Special Disabled and Vietnam
Era Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for
Handicapped Workers (29 U.S.C. 793), 52..225-3 Buy American Act
Supplies (41 U.S.C. 10). The SIC is 5012; the small business size
standard is 500 employees. The due date for submission of offers is
June 9, 2000 at 4:00 P.M., local time to FEMA, Mt. Weather Emergency
Assistance Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135.
All requests for information are to be addressed to Mrs. Jennie
Nickleson, Contract Specialist, at 540-542-2133. Technical and/or
administrative questions must be received no later than five business
days after publication to the address for submission of quotes shown
above. Any amendments to this solicitation will be published in the
same manner as the initial synopsis/solicitation. Posted 05/12/00
(W-SN454204). (0133) Loren Data Corp. http://www.ld.com (SYN# 0151 20000516\23-0001.SOL)
23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page
|
|