Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2005 FBO #1307
SOLICITATION NOTICE

49 -- Hose Assembly and Reel Assembly

Notice Date
6/23/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785405R5131
 
Response Due
7/8/2005
 
Archive Date
8/7/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. FAR 13 applies. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation M67854-05-R-5131 is a Request for Proposal (RFP) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04 and Defense Acquisition Circular 91-13. NAICS Code is 332912. This acquisition is being procured utilizing full and open, best value competition in accordance with the Federal Acquisition Regulation, Part 2.1. DPAS Rating is: DO. DESCRIPTION: The Marine Corps Systems Command (MARCORSYSCOM) has a requirement for Hose Assembly and Reel Assembly as components of the Marine Corps Hose Reel System (HRS). The Hose Assembly and the Reel Assembly must integrate with the United States Marine Corps (USMC) Hose Reel System (HRS). The HRS will be used by the USMC to transport, store, lay and retrieve 6-inch, lightweight, layflat, collapsible discharge hose. The Hose Assembly must be lightweight due to the weight restrictions of the HRS. The key capabilities that the offerors must address include the following thresholds: A lightweight, collapsible, layflat 6-inch diameter fuel hose; The length of the hose assembly with couplings attached shall be 600 feet ? 1 percent (%); The inside diameter of the hose shall be 6.06 ? 0.06 inches and the maximum weight of the hose shall be 1.4 pounds per foot (lbs/ft); The hose shall meet the interface requirements with the Hose Reel Assembly of the HRS; All hoses shall have a minimum service life of ten years, 90% of the time stored on the hose reel, and 10% of the time in service; Both ends of the hose shall be cut square; The hose should be collapsible to the maximum extent possible so that the hose will lay flat when wound onto the hose reel, A thin-wall hose will allow the hose to be packed more efficiently on the reel; The Hose Assembly shall include two split clamp fittings with shank (one male and one female), the split clamp fittings with shank shall be reusable and designed for use with a thin-walled hose, the male and female fittings shall form aconnection between the hose ends without any detectable leaks, the fittings shall be secured to the hose with grip clamp assemblies, the fitting shall be capable of being installed without use of special tools, the fittings shall be designed in accordance with MIL-C-24356 using corrosion resistant materials; The grip clamp assembly shall secure the split clamp shank to the hose, the assembly shall be constructed using corrosion resistant materials, the fitting shall form a connection that does not allow any detectable leaks; The Hose Assembly material shall be resistant to water, aromatic hydrocarbon fuels, and shall not have any deleterious effects upon or be degraded by the following military and commercial fuels: MIL-DTL-5624- Turbine Fuel, Aviation, Grades JP-4, JP-5, and JP-5/JP-8, MIL-DTL-83133- Turbine Fuel, Aviation, Kerosene Types, NATO F-34, (JP-8) and NATO, ASTM D975- Standard Specification for Diesel Fuel Oils and ASTM D1655- Standard Specification for AviationTurbine Fuels; Hose Assemblies shall not leak nor have deleterious imperfections when subjected to the proof pressure of 225 pounds per square inch (psi), there shall be no slippage or pullout of the fittings from the hose, the hose length shall not change more than ? 2% when subjected to proof pressure, the hose shall not twist more than one-half turn (180?) in 600 ft when subjected to proof pressure; Maximum working pressure for the hose shall be 150 psi; Minimum burst pressure for the hose shall be 600 psi; The tensile strength of the Hose Assembly shall have minimum breaking strength of 18,000 lbs and tensile proof strength of 12,000 lbs, the hose segment shall be clamped to normal end fittings and pull tested to verify strength, the Hose Assembly shall have a tensile set of not more than 2% when loaded to the tensile proof strength of 12,000 lbs; The adhesion between the hose cover and the hose tube shall be a minimum of 10 pounds per inch (lbs/inch) before immersion a! nd a minimum of 6 lbs/inch after immersion in the test fuel; The volume increase of the cover after immersion in ASTM Reference Fuel B of ASTM D471 shall not exceed 70%; The cover shall show no visible cracking under 7X magnification for ozone resistance; When tested for low temp flexibility, there shall be no evidence of the hose cracking, lack of flexibility, or any other defects both when tested in its initial state and after fuel extraction; When the Hose Assembly is tested for hose abrasion resistance, the existent gum content shall not be more than 6 milligrams per 100 milliliters of test fluid; When tested, the number of cycles needed to expose the reinforcing material shall not be less than 100,000. The Reel Assembly is used on the HRS base unit and is powered by the base unit or power unit; Each Reel Assembly must be able to hold 2,400 feet of LWFH (four Hose Assemblies); Each Reel Assembly includes a Hose Reel Cover and a Hose Reel Cover Bag; There must be a way to secure both the first and last Hose Assembly couplings to the reel; The Reel Assembly must be capable of being secured to the base unit; The Reel Assembly must conform to the dimensions as follows: Diameter 74 inches, width 90 inches, inside spindle 31 inches, Forklift tine holes 11-3/4 X 3-3/4 inches, total forklift tine hole depth 90 inches, between forklift tine holes 5-1/2 inches and reel runners 4-5/8 inches, the Reel Assembly shall have provisions to be lifted by the current Marine Corps Material Handling Equipment such as the Extendable Boom Fork Lift (EBFL) and cranes, each reel must have two forklift tine holes and two lifting rings in both ends, the Reel Assembly shall be compatible with the curr! ent HRS Base Unit, weight of the reel assembly shall not exceed 5,500 lbs when fully loaded with four sections of Hose Assemblies; the weight of the Reel Assembly, for the purpose of this limitation, shall not include the weight of the Hose Reel cover and the Hose Reel cover bag; The Hose Reel Cover shall be of petroleum-resistant compounds, shall be free of defects (e.g., holes, pitting, blisters, etc.), and be ultraviolet-stable and ozone-resistant; The Hose Reel Cover Bag shall be of petroleum-resistant compounds, shall be smooth, free of defects (e.g., holes, pitting, blisters, etc.), and of a uniform thickness; Materials not specified shall be selected by the contractor and shall be free of defects which adversely affect performance or serviceability of the finished product; The Hose Assembly and Reel Assembly shall be fabricated from compatible materials, inherently corrosion resistant or treated to provide protection against the various forms of corrosion and deterior! ation that may be encountered in extreme ocean environments such as the tropics or arctic; The contractor shall identify the specific material, material finish or treatment for use with component and subcomponent, and shall make this information available upon request to the Contracting Officer or designated representative; Used, rebuilt or remanufactured components, pieces and parts shall not be construed as recovered materials and shall not be incorporated in the hose assemblies; No part of the hose assembly or reel assembly shall contain asbestos, cadmium, hazardous or radioactive materials (Radioactive material is defined by Title 10, Code of Federal Regulations, Part 40 and material in which radioactivity is greater than 0.002 microns per gram or 0.01 microcuries total activity for the item); Dissimilar metals shall not be used in contact with each other unless protected against galvanic corrosion; The Hose Assembly shall operate reliably under extreme temperature and r! elative humidity of ?25 to +125 ?F with saturation to 88%; The Hose Assembly shall be designed to withstand for storage temperature of ?50 to +160 ?F with saturation to 80%; The Hose Assembly shall be designed to withstand blowing rain at 4 inches per hour; The Hose Assembly shall be resistant to the growth of fungus in tropical conditions of 90 days with 90% relative humidity; The Hose Assembly and Reel Assembly shall comply with all U.S. Hazardous Material (HAZMAT), Occupational Health and Safety Administration (OSHA), and other safety requirements regarding the prevention of inadvertent fuel discharge or leakage during operation, storage, and maintenance; The Hose Assembly and Reel Assembly shall be capable of being employed by the 5th percentile female to the 95th percentile male military personnel wearing gloves or arctic mittens, or equipped with Mission Orientated Protective Posture (MOPP) IV gear without special tools or support equipment; The Hose Assembly shall be ! marked for identification, each length of hose shall be branded or marked in a color that contrasts the color of the hose cover; The marking shall be accomplished either by inlaying a suitable material brand or by applying a suitable composition ink, bonding the marking onto the cover so that marking cannot be removed except by mechanical means, the marking shall be letters at least 1/4-inch high; Hoses shall be marked at 10 ft intervals or by continuous impression branding, provided that the pattern shall be repeated every 5 ft or less, each length of hose shall be marked with: Manufacturer's name or trademark, Contract number, Quarter and year of manufacture, Manufacturer's CAGE Code, Working pressure (in psi), "LIQUID PETROLEUM FUELS"; Verification shall be in accordance with attachment 1; Unless otherwise specified, the cover color shall be Tan , #33446, FED-STD-595 may be used for Guidance or equivalent commercial lusterless tan paint. The Government anticipates issuing an Indefinite Delivery/Indefinite Quantity (ID/IQ) Firm Fixed Price (FFP) commercial contract to the successful offeror. Quantities and Period of Performance are as follows: Maximum ordering period 12 months. CLIN 0001, Hose Assembly and Reel Assembly overpacked with printed technical manuals, Qty 60min/120max. Option CLIN 0101, Hose Assembly overpacked with printed technical manuals, Qty 1min/10max. Option CLIN 0102, Reel Assembly overpacked with printed technical manuals, Qty 1min/5max. Offerors may propose stepladder quantity pricing (e.g., 60 - 80, $xx; 81 - 100, $xx). The price will be evaluated on a quantity of 60. PACKAGING: The Hose Assemblies and Reel Assemblies shall be packed and packaged for long-term storage in accordance with best commercial practices. All major components, subassemblies, assemblies, etc., individually preserved and wrapped, shall be braced, padded, etc. so that they are protected from damage during shipping. The Hose Assemblies and Reel Assemblies may be purchased as a single complete unit (Four Hose Assemblies and one Reel Assembly) or packaged as separate items as set forth in each delivery order. All packages shall be marked in accordance with MIL-STD-129P(2). WARRANTY: Commercial Warranty. Unless negotiated by the contractor and agreed to by the Government, the warranty shall be a minimum of twelve months. The warranty period shall start upon government acceptance. All shipping costs related to warranty to include returns shall be borne by the contractor. The contractor shall respond to any warranty claim within 7 days and the claim shall be completed within 30 working days for items within the CONUS. The contractor shall respond to any warranty claim within 14 days and the claim shall be completed within 90 working days for items OCONUS. Any additional warranty provisions or exclusions shall be clearly stated in the Offerors' proposal submission DELIVERY: Delivery of the Hose Assemblies and Reel Assemblies shall begin no later than 90-120 days following contract award. All items shall be delivered FOB Destination to Albany, GA. INSPECTION/ACCEPTANCE: Verification: Unless otherwise specified, the offeror is responsible for the execution of all inspections and certifications related to conformance and performance of the light utility vehicle and all components in accordance with Attachment 1. The offeror shall provide evidence of, and warrant conformance and compliance with, applicable standards and practices. The Government reserves the right to validate conformance through independent analyses, inspections and/or testing should such action be deemed necessary. COPYRIGHT MATERIAL: Contractor shall identify copyrighted material, if any, and shall furnish appropriate copyright release giving the Government permission to reproduce and use copyrighted information. SOLICITATION PROVISIONS: The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors ? Commercial Items (Jan 2005). Multiple Offers are discouraged. Offerors shall submit a combined technical/business proposal. An original and two (2) copy of the proposal is required and can be submitted via CD ROM. Proposals shall be prepared using "Arial" or "Times New Roman" 11-point font style on 8 1/2 x 11 inch white paper. Tables and illustrations may use a reduced font style, not less than 8 points. Foldouts are not allowed. All material submitted may be single-spaced. Offerors should ensure that each page provides identification of the submitting Offeror in the header or footer. Page count for the combined technical/business proposal shall not exceed 10 total pages, inclusive of product literature. FAR 52.212-2, Evaluation ? Commercial Items (Jan 1999). Evaluation Factors: Operational Effectiveness - Describe your ability to currently me! et the performance requirements stated in this purchase description. Ensure that your stated response addresses overall product compatibility, as well as any additional parameters not specifically cited in the purchase description. Address any specific commercial or extended warranty provisions for the resulting product. Past Performance - Provide specific examples of favorable recent past performance that illustrates evidence of your ability to produce, deliver, and warrant your product. Ensure the past performance information includes names of technical and contracting officials, telephone numbers, addresses, e-mail, name of the product purchased, quantities, dates of the resulting contract, contract value, contract number and a description of the items procured. Relative Order of Importance: (i) Operational Effectiveness - Most important. (ii) Past Performance - Less important. Price - Evaluated, but not rated. Award shall be made to the offeror whose proposal pres! ents the best value to the government. In making its "Best Value" determination, the Government will consider overall operational effectiveness and past performance merit to be of significantly greater importance than evaluated price. However, the importance of price as a factor in the final determination will increase with the degree of equality in the overall merits of the proposals. Award will be made to the Offeror that represents the ?Best? overall value to the Government. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations. FAR Clauses: 52.212-3, Offeror Representations and Certifications, (Beginning January 1, 2005, the Federal Acquisition Regulation (FAR) requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. Instead, a solicitatio! n will contain a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete, and accurate as of the date of your signature, or list any changes. To prepare for this requirement and to register in ORCA, you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company?s ID and password into ORCA. (Visit www.ccr.gov for more information on creating and entering your MPIN). The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Vendors are reminded to protect their MPIN from unauthorized use. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you g! ather information you need for the clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain its active status. Detailed information regarding ORCA, how to submit your record, and whom to call for assistance can be found on ORCA's homepage at http://orca.bpn.gov under Help). 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5,Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items, within this clause, the following clauses apply; 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19 Child Labor--Cooperation with Authorities and Remedies, 52.225-1 Buy American Act-Supplies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration, 52.232-18-Availability of Funds. 52.247-34, F.o.B. Destination. Additional clauses that apply are: 52.216-18 Ordering (Fill-in: (a) Date of Contract through succeeding 12 months, 52.216-19 Order Limitations (Fill-in: (a) 60, (b)(1) 120, (b)(2) 12! 0, (3) 12), 52.216-22 Indefinite Quantity (fill-in: (d) 12 months after date of Contract). Full text of these provisions may be accessed on-line at http://www.arnet.gov/references/ or http://farsite.hill.af.mil/. DFAR Clauses: 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items within this clause, the following clauses apply: 252.227-7015 Technical Data?Commercial Items, 252.227-7037 Validation of Restrictive Markings on Technical Data, 252.232-7003 Electronic Submission of Payment Requests. Additional DFAR Clauses that apply are: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.211-7003 Item Identification and Valuation. Full text of these provisions may be accessed on-line at http://www.acq.osd.mil/dpap/dfars/index.htm IMPORTANT INFORMATION FOR CONTRACTORS: Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. With the use of WAWF, paper DD250 forms are no longer required. However, the contractor will be required to overpack an Inventory and Acceptance Receipt (to be provided) with the product shipment. This form shall be submitted electronically or via USPS from the receiving unit to: Commanding General, MARCORSYSCOM, Attn GTES/Ms Malar Motley, 2200 Lester Street, Quantico, VA 22134-5010 or via email: malar.motley@usmc.mil. SUBMISSION OF OFFERS: DUE DATE FOR OFFERS IS 8 July 2005, 2:00 PM EST. Sealed offers for the items to be provided shall be hand-carried or express mailed via UPS or Federal Express. An original and two (2) copies of each offer shall be submitted to MARCORSYSCOM at the following address: COMMANDING GENERAL, MARCORSYSCOM, Attn: GTES/ Capt G.T. Carroll, 2200 Lester Street, Quantico, VA 22134. No facsimile or electronic offers will be accepted. NOTE: Offerors are advised that proposals sent by conventional US Mail service are not routed directly to the above address. POINTS OF CONTACT: Capt G.T. Carroll, Contracting Officer email: george.t.carroll@usmc.mil, phone (703) 432-3643 or Peggy Hake, Contracting Officer email: peggy.hake@usmc.mil, phone (703) 432-3693. END OF SOLICITATION
 
Record
SN00835567-W 20050625/050623221141 (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.