Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 20, 2001 PSA #2791
SOLICITATIONS

23 -- HEAVY DUTY COMMERCIAL CARGO VAN

Notice Date
February 15, 2001
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
ZIP Code
44135
Solicitation Number
3-164961
Response Due
February 26, 2001
Point of Contact
Konrad B. Mader, Purchasing Agent, Phone (216) 433-2138, Fax (216) 433-2480, Email Konrad.B.Mader@grc.nasa.gov
E-Mail Address
Konrad B. Mader (Konrad.B.Mader@grc.nasa.gov)
Description
NASA/GRC plans to issue a Request for Quote (RFQ) for a heavy duty cargo van to be used as a tow vehicle for a transportable earth station antenna trailer. PR#164961 -- TOW VEHICLE FOR TRANSPORTABLE SATELLITE EARTH STATION ANTENNA 02/05/2001 Michael A. Cauley (216) 433-3483 File: "PR164961-Tow Vehicle -- R.doc" 1.0 INTRODUCTION -- BACKGROUND NASA has a requirement for a heavy-duty, closed cargo, tow vehicle for transporting a mobile satellite earth station trailer and associated equipment. The vehicle shall be properly sized and equipped to complement the earth station trailer, forming a completely transportable earth station system. The tow-vehicle will be used to transport the trailer long distances, often across country in support of various satellite-based computer-networking experiments. It's estimated the tow-vehicle will be driven with the trailer attached approximately 85% of the time. The earth station trailer will typically be deployed at highly remote locations such as in the middle of the desert or on top of mountains to support networking experiments that demonstrate the usefulness of satellite communications in reaching areas with under-developed communications infrastructure. For example the first scheduled deployment for this vehicle will be to support an astro-biology experiment in the April 2001 time frame from the middle of a desert in highly remote Southwestern Texas. When traveling, the vehicle will contain at most two persons, a driver and one passenger. The trailer will be attached to the rear of the vehicle and the cargo area of the vehicle will be used to transport all necessary equipment, instrumentation, tools, and supplies. The vehicle will likely encounter steep grades, extreme temperatures and high altitudes. When the trailer is deployed for transmitting to a satellite, the vehicle will be used as a small control room to contain the electronic equipment and personnel. It's highly likely the vehicle will be left with the engine running in a parked configuration to provide air-conditioning and 12 VDC power for the equipment and personnel. This configuration is similar to typical ambulance applications where the vehicle is left running for long periods of time. In addition to the tow / parked requirements, because of the large distances traveled driver / passenger comfort and safety for cross-country trips is of concern. 2.0 TRAILER The following abbreviated specifications for the transportable earth station trailer are included as "Information Only" to allow prospective bidders to properly size and match the tow vehicle to the NASA supplied trailer. Trailer Weight: 10,000 lb. Maximum (7,500 lb. typical) Tongue or Hitch Weight: 1,000 lb. Maximum (650 lb. Typical) Length: 40 feet Maximum (24 ft 1 inch Typical) Width: 8 feet Maximum (8 feet Typical) Height: 13 feet Maximum (9 feet 5 inches Typical) Axles: Tandem Rear Axles with 15" tires Hitch: Standard Class IV ball-mount weight-distributing trailer hitch Trailer Brakes: "Sliding Hitch" self contained hydraulic braking system Note: The trailer weight shown above does not include the additional equipment and cargo that will be stored inside the cargo area of the tow vehicle. This information is contained in section 3.2 below. 3.0 DETAILED VEHICLE SPECIFICATIONS 3.1 Type of Vehicle A closed cargo vehicle commonly referred to as a commercial cargo van or panel van. In addition to the driver and passenger doors, the vehicle shall include swing-out dual rear doors and a sliding side-door. The rear doors and sliding side-door shall include heavily tinted glass windows to permit occupants to see outside, but prevent (heavily restrict) individuals from looking into the van to view it's contents. 3.2 Cargo Area Interior The vehicle shall include a heavy rubber and/or vinyl mat covering the floor of the cargo area, and a wall with a personnel door to separate the cargo area from the driver / passenger compartment. Cargo Area Size: 250 cubic feet Minimum Cargo Weight: 2,000 lb. (does not include trailer tongue weight) The cargo area of the vehicle shall be equipped with roof-mounted light(s) to provide ample lighting for personnel working in the cargo area. 3.3 Engine / Drive-train The vehicle shall use a turbo-diesel engine and include an engine block heater. Minimum Torque 430 lb-ft (SAE Net) at or below 2,000 rpm Minimum Horse Power 195 HP (SAE Net) Minimum 4-speed electronic automatic transmission with overdrive. Locking "Anti-Slip" Rear Differential Rear Axle Ratio shall be chosen for the best blend between towing capacity and highway fuel mileage. The vehicle shall include the following Heavy Duty Trailering Options: Class IV weight distributing hitch including Trailer wiring "pig-tail" for connecting to trailer. Heavy Duty Shocks and Springs properly matched to trailer and cargo. Brakes: Heavy-Duty Antilock Brakes. 3.4 Electrical The alternator(s) shall have a minimum output capacity of 200-amps (at a nominal 13.8 VDC). The vehicle may include more than one alternator to increase the output capability to meet this specification. 3.5 Instrumentation The tow vehicle shall include as a minimum the following gages: Speedometer, Odometer, Tachometer, Fuel Level, Charging Voltage, Engine Temperature, Oil Pressure, and Trip Odometer. 3.6 Seating Two front cloth seats for the driver and passenger. In addition to the arm rest on the door, the seats shall include an interior arm rest 3.7 Safety, Convenience and Security The vehicle shall include the following safety, convenience and security items options. 3.7.1 Driver and Passenger Front Air Bags 3.7.2 Front Air Conditioning 3.7.3 High capacity Rear Air Conditioning 3.7.4 Front Console with cup holders and map storage 3.7.5 Cigarette Lighter 3.7.6 Front Floor Mats 3.7.7 Power Steering 3.7.8 Cruise Control 3.7.9 Tilt Steering 3.7.10 Intermittent Wipers 3.7.11 AM/FM Radio 3.7.12 Driver and Passenger Power Windows and Door Locks 3.7.13 Remote control side mirrors (controllable from drivers seat) 3.7.14 Front and rear License Plate Brackets 3.7.15 Remote Keyless Entry with Factory Installed Vehicle Alarm System. The alarm system shall include sensors on all doors. 3.7.16 Full Sized Spare Tire and Jack. If mounted external to the vehicle, the tire mount shall include provision for a lock to prevent theft of the spare tire. 3.8 Appearance: 3.8.1 Exterior Color -- White 3.8.2 Chrome Bumpers front and rear 3.8.3 Full cover Chrome/Aluminum Wheel Covers (Aluminum wheels also acceptable) 4.0 Delivery: The wining bidder shall deliver the completed vehicle within 8-weeks of contract award. 5.0 Special Instructions Each quote submitted shall include a detailed break down of the vehicle base model and all included options. This requirement may be satisfied by submitting a copy of the paperwork ("the order") a dealership would send to the factory when ordering the vehicle. This paperwork shall include a list of vehicle ordering codes and brief description of each code. Any special modifications that do not appear on this paperwork shall be noted separately. Quotations received without the above documentation shall be considered non-responsive and will be discarded without consideration. This information is required to accurately evaluate of each quotation received and expedite contract award. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The Government intends to acquire a commercial item using FAR PART 12. This procurement is a total small business set-aside. See Note 1. The NAICS Code and Size Standard are 44111 and $21,000,000.00, respectively. The DPAS Rating for this procurement is DO-C9. The anticipated release date of RFQ 3-164961 is on or about 2-15-01 with an anticipated quote due date of on or about 2-26-01. All qualified responsible sources may submit a quote which shall be considered by the agency. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office 97 format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/GRC Business Opportunities home page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential quoters will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#3-164961)
Record
Loren Data Corp. 20010220/23SOL001.HTM (D-046 SN50D7T6)

23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index  |  Issue Index |
Created on February 15, 2001 by Loren Data Corp. -- info@ld.com