Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2002 FBO #0154
SOLICITATION NOTICE

23 -- Airfield Paint Truck

Notice Date
5/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3rd Contracting Squadron, 10480 22nd Street, Elmendorf AFB, AK, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F65501-02-R-A023
 
Response Due
5/17/2002
 
Archive Date
6/1/2002
 
Point of Contact
Rachel Martin, Contract Specialist, Phone 907-552-7557, Fax 907-552-7497, - Eric Heaton, Contract Specialist, Phone 907-552-4505, Fax 907-552-7497,
 
E-Mail Address
rachel.martin@elmendorf.af.mil, eric.heaton@elmendorf.af.mil
 
Description
AIRFIELD PAINT TRUCK. 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. 2) Solicitation F65501-02-R-A023 is issued as a Request for Quotation (RFQ). 3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-5. 4) This solicitation is unrestricted. The NAICS code is 333120; Size standard: 750 employees. 5) ITEM DESCRIPTIONS: L/I 0001- One (1) Airfield Paint Truck to meet the following requirements: Must be a truck mounted self-contained airless application, capable of either utilizing waterborne or low VOC traffic paint. There are specifications that we need to follow that are critical for air transportability of the truck on Air Force cargo aircraft. I have enclosed technical data obtained from Wright Patterson AFB in Ohio in regards to air transport requirements. Mr. Mark Kuntavanish (937) 785-6039 is the point of contact on this matter and is willing to give guidance in technical questions pertinent to the Air Force on airworthiness requirements. This must include provisions for tie downs that must meet transport requirements. The base chassis must be of low profile cabover design. There are very specific height, width, length and weight requirements for transport on aircraft that must be followed. If the vehicle does not meet air transport requirements dictated by Air Force Regulations the vehicle is useless. This is dictated by airworthiness requirements stated by Wright Patterson AFB. The following chassis will be considered: Volvo, Sterling Condor, Peterbilt or Mack. All produce a low profile cabover chassis. The chassis selected must be new, unused and current model year. Please include an option for an air-conditioned cab. A protective canopy shall be provided to protect the operators from the sun and weather. It needs to be of sufficient design to ensure easy storage for air transportation. An Arrow board used for traffic control must be mounted in a fashion to permit loading on Air Force cargo aircraft. It may be collapsible or easily removable. Flashing strobe light beacons must be mounted on the vehicle for airfield operations. We require the paint portion of the machine to be of airless operation, with the capacity to carry 2-345/250gl bulk containers of paint. It shall have the capability to supply paint from either container to any paint gun. The machine must have the capability to paint 36" lines without lagging or pulsating, and the capability to spray 3 colors at one time. We need 3 isolated paint systems with the capability to direct paint from any of the 3 systems to any paint gun. The truck shall have the capability to transfer paint from one tote to another, the capability to reload totes on the truck from totes on the ground, and a way to secure totes on the truck bed but still have the ability to remove the tote from the truck bed for air transport. Chain tie downs are not acceptable as a means of securing totes on the bed. The auxiliary engine should be of high quality and the most horsepower available. All engine controls should be mounted so the rear operator can have access to them without moving from his station. The Hydraulic System should be capable of supplying more hydraulic pressure than needed. Our experience is that if the system is of minimum spec the pumps will be working at maximum output, stressing the system and causing shortened life expectancy. The air compressor shall be rotary screw type, hydraulically driven and rated to ensure maximum airflow when air demand is at its most. Request a larger compressor then required so the compressor isn't running at maximum to keep up with demand. An air receiver with a minimum capacity of 10 gallons and a manifold built in accordance with ASME Boiler and Pressure Vessel code. Our experience is a minimum CFM compressor soon balks when air demand is the greatest. Require 6 paint guns and 6 glass bead guns on the left side of the vehicle and 2 paint guns and 2 bead guns on the right side. The requirement for 4" - 36" lines and various paint schemes required by Air Force regulations mandates the requirement for 6 paint guns on the left side. The carriage on the right side with the 2 paint guns and 2 bead guns are utilized in street painting operations. The paint and bead guns should be the Kamber Model 50-A, or equal, for paint and the Kamber Model 90HO, or equal, for the bead guns. Require the paint guns to have a power open/power close feature. A spring close feature is not acceptable as it fails at the most in opportune time, leaving paint spills and fogged edges of paint lines. Each set of guns needs to be mounted on carriages that have the capability to be moved by an operator by use of a steering wheel and shall be hydraulically operated. The carriages shall have separate wheels mounted on them to follow the surface of the pavement so the paint guns are maintained at a fixed height to the road surface. The carriages need to have the ability to be lifted by pneumatic lift cylinders controlled by the rear operator without leaving his station. Carriages need to have a means of being secured during transportation. The carriages need to be of a configuration that during transportation they are secured within the vehicle platform. Air blower nozzles shall be installed at each gun position for clearing of debris in front of paint guns to ensure clean pavement is being painted. This needs to be an "on demand" configuration to use as needed. Each gun needs to have the ability to be skipped to any cycle needed by the operator. The range of this skip line system shall be in .1 ft increments and have a cycle length variable from .1 ft to 999.9 ft., the system shall be electrical and not mechanical. The reason for this is the need for an infinite line combination encountered in striping of airfields, commonly called zipper lines used for traffic control on airfields are the most difficult to make. A pressurized tank, having a capacity of 3000 Lb. of glass bead is to be provided. This tank needs to be of all steel ASME construction with a top opening of not less then 14" in diameter. A vacuum glass fill unit capable of 200 pounds of beads per minute is to be supplied with a suction hose of at least 12 feet with a quick disconnect. A bag splitter/strainer combination with a 55-gallon drum shall be provided. We require some kind of moisture separator shall be installed on the glass bead system to ensure a dry stream of beads is supplied to the bead guns. A solvent cleaning system shall be installed for flushing of the paint pumps and the entire system. Also, it shall have separate lines to enable flushing of the paint guns only. This system needs to be of a construction to permit use of water as a solvent for use with waterborne coatings. System needs to have capability of flushing lines after the high-pressure pumps for overnight cleaning, and must have a cleaning gun to clean gun carriages after striping operation after each day. All paint lines, valves, pumps; hose fittings and all components that are in contact with the marking material shall be of stainless steel, to ensure compatibility with waterborne coatings. A paint heating system capable of maintaining 130* F at the paint guns is needed on the vehicle. It shall be capable of heating the entire painting system through heat exchangers that can be isolated so if heat is not required, no paint is moved through the exchanger. The system needs to have the capability of temperature control to vary output of the boiler. The boiler of the system shall be plumbed in a matter that it gets fuel from the vehicle chassis fuel tank and not a separate fuel tank. The unit shall have an intercom system with headphones for each operating station, including the driver. The headsets need to be of the noise attenuating variety and of the duel ear headset variety with closed microphones actuated by a push to talk button. The drivers set can have an open microphone and may be a wired system. Please provide pricing for a cordless system for the rear operators. The unit shall have an optical line guidance system and a laser line guidance system for primary guidance. A hydraulically operated mechanical boom type line guidance system shall be installed on the front as a backup in case of a failure when at remote location. A cleaning solvent gun on a retracting hose reel shall be installed for cleaning of paint guns and carriages after striping operations have ended for the day. Request a self retracting hose reel with 50 feet of hose with an airless gun with a 2 foot extension and airless tip for doing hand work such as crosswalks, arrows etc. This reel and gun may work off any paint system. A footage counter needs to be installed for each paint gun position, capable of measuring the precise number of feet of line actually applied. Request one replacement gun for each gun on the unit along with a rebuilt kit for each gun. Any other replacement parts you deem necessary for operation should be included with this quote. Successful bidder shall provide training in the use of the machine, to include operation, maintenance and safety. 6) DELIVERY: FOB DESTINATION to Elmendorf AFB, Alaska. 7) FAR 52.212-1 ? Instructions to Offerors?Commercial, applies to this acquisition. 8) FAR 52.212-2 ? Evaluation ? Commercial Items. Award will be made based on the low price/technically acceptable offer. The government reserves the right to make award on the initial quote received without discussions. 9) Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items with Alternate 1 with the offer. The Representations and Certifications can be obtained at the following website: http://farsite.hill.af.mil/. 10) FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. 11) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items applies to this acquisition; only the following FAR clauses in paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, with Alternate I; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-.36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act ? North American Free Trade Agreement ? Israeli Trade Act ? Balance of Payments Program; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-64 ? Preference for Privately Owned U.S. Flag Commercial Vessels. 12) The following provisions and clauses also apply: DFARS 252.204-7004 ? Required Central Contractor Registration. Prospective contractors must be registered in the CCR prior to award. To register go to www.ccr.gov; 252.212-7000, Offeror Representations and Certifications ? Commercial Items; 252.247-7022, Representation of Extent of Transportation by Sea. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; only the following DFARS clauses in paragraph (b) are applicable: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7014, Preference for Domestic Specialty Metals; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings, with Alternate I; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. 13) N/A. 14) N/A. 15) Quotes must be signed, dated, and submitted on company letterhead. Quotes are due NO LATER THAN 17 May 2002 (1200 P.M. Alaska Time). Send quotations to the 3rd Contracting Squadron/LGCA, Attn: SSgt Rachel Hier, 10480 22nd Street, Elmendorf AFB, AK 99506-2500. Quotations may be submitted via fax at (907) 552-7497. Contact SSgt Rachel Hier at (907) 552-5302 for additional information regarding this solicitation.
 
Place of Performance
Address: FOB Destination, Elmendorf AFB, AK
Zip Code: 99506
 
Record
SN00071097-W 20020505/020503213258 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.