Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2006 FBO #1727
SOLICITATION NOTICE

23 -- LA Mobile

Notice Date
8/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
336213 — Motor Home Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region IX, 75 Hawthrone Street, Mail Code MTS 4-3, San Francisco, CA, 94105
 
ZIP Code
94105
 
Solicitation Number
REG9EPA-9001A
 
Response Due
8/24/2006
 
Archive Date
9/1/2006
 
Small Business Set-Aside
Total Small Business
 
Description
REGION IX MOBILE COMMAND CENTER Statement of Work I. GENERAL The United States Environmental Protection Agency Region IX (EPA) intends to procure one front engine chassis type vehicle to be utilized as a mobile command/communication center. EPA has recognized the need to be able to respond rapidly to emergency responses at different locations throughout the nation with state-of-the-art technologies. To assist the U.S. EPA in performing its mission this vehicle will be used to rapidly respond to a scene to establish and maintain communications while the state of the emergency is being determined. A CDL shall not be required to drive this vehicle. The unit shall be used primarily within the western United States from our Los Angeles, California office. The vehicle and all equipment accompanying it shall be designed for continuous operation without overheating and undue stress on any component, when the external temperature range is between -20 and 125 degrees Fahrenheit. The vehicle shall comply with all Federal Motor Vehicle Safety Standards, DOT, OSHA, and any regulations that govern transport vehicle construction and operations. All necessary equipment required for full utilization of all command post systems operation shall be provided. Reliability, versatility, and upgradeability are of paramount importance. All means possible should be employed to meet these criteria. Below are the minimum vehicle requirements. II. BODY DESCRIPTION The vendor/contractor shall provide a commercial mobile command vehicle that meets the following minimum specifications: The exterior and interior of the body shall be constructed of upgraded high quality industrial materials that can be cleaned and maintained easily. The overall length of the vehicle shall be 28 feet minimum, with two entry doors and one automatic slideout. The command post shall also have a food prep area (coffee maker, microwave, and refrigerator), exterior ladder, 2 A/C units, heater(s), an automatic leveling system, six outside scene lights, automatic switch over industrial 10 KW or greater low-noise generator, automatic switch over to 110 volt inverter(s) with battery power for AV equipment, radios, satellites, and food prep appliances, an automatic switch over to land power outlet(s), all land power cords, a land powered automatic chassis and body battery charging system, an exterior rollup awning extending maximum length possible, exterior same keyed lockable compartments, two powered ceiling air vents, insulted walls and ceiling, two combo smoke and carbon monoxide detectors, a fax/printer/scanner/copier station, and provide a road hazard safety kit. The bathroom and food prep areas shall be equipped with an electric pump plumbing system that fills and dumps holding tanks from the outside. The unit shall be divided into two areas by a pocket door(s). All fabrics are to be uniform in color and texture; the acceptable Government color is gray. The acceptable Government color for the vehicle exterior is white. The forward area shall have a minimum of three workstations, each with: a chair, a 12 volt outlet, a CAT 5 outlet, two 110 volt outlets, a phone outlet, and a light. The forward area shall also include same key lockable storage cabinets, an entry/exit door with steps, an automatic slideout, dry erase boards, a flat panel TV with recordable DVD and VCR. One workstation or area shall include a satellite phone antenna connection, an AM/FM/CD/clock/weather radio, and a Motorola XTS 5000 radio antenna connection. The rear area shall be a conference room with chairs, a removable/foldable table, dry erase boards, phone and CAT5 outlets, an entry/exit door with steps, and two flat panel TVs with recordable DVD and VCR. A minimum of one 110 V outlet to be located at or near the removable/foldable table, with a minimum of two additional 110 V outlets located in the rear area. The Government will entertain alternate specifications which meet the Government?s stated requirements. III. CHASSIS The vendor/contractor shall provide a commercial mobile command vehicle that meets the following minimum specifications: The chassis shall have a minimum GVWR of 22,000 lbs with a maximum GVWR of 26,000 lbs. A CDL shall not be required to drive this vehicle. The Chassis shall be equipped with rear axle no-spin, lockable, or limited slip differential, anti-lock braking system, heavy duty engine cooling system, engine block heater, 5 speed automatic transmission with overdrive if available, front and rear mud flaps, minimum 325 Hp engine, minimum 75 gallon fuel tank(s), jump start studs, backup alarm, led lights if available if not halogen lights, heavy-duty duel battery system, front and rear tow hooks, underbody undercoating and rust proofing, high output alternator, tire tools, and a separate transmission oil cooler if available. All diesel powerplants (if used) shall have the latest, factory installed emission control devices. The chassis cab shall have an upgraded interior with remote power mirrors, daytime running lights, remote, keyless entry, tinted windows, intermittent wipers, hi-back full power or full air ride bucket seats with fold down arm rests, center console, AM/FM/CD/clock clock stereo, power windows, air conditioning, exterior assist entry handles, cruse control, tilt steering, power steering/power brakes, driver and passenger airbags, upgraded full gauge package with alarms, upgraded industrial interior and additional 12 volt outlets. IV. ELECTRICAL AND LIGHTING The command post shall be equipped with separate 115V AC and 12V DC circuit breaker control panels in an area with the generator control panel. Each electrical system shall employ automatic switches for power selection when available. The command post shall be fully functional while operating on the 12 volt and/or the 110 volt system. The 110 volt system shall be powered by a land power line(s), a generator, and inverted 12 volt battery power. The 12 volt battery system shall be powered and charged by a land power line(s), a generator, and/or the chassis alternator. Adequate switch operated lighting (office space lighting equivalent) shall be provided. The generator to power the command post shall be sized appropriately to power all systems and plumb to the chassis fuel system so as not to empty the tank (s). Three exterior 115V duplex outlets shall also be furnished. The wiring and generator installation will conform to the present National Electrical Codes. V. ACCESSORIES The following accessories shall be provided: Warning siren and lights - NFPA and California Vehicle Code compliant Code 3 emergency vehicle system including: yelp or wail siren, forward-facing solid red light, forward-facing flashing red and amber lights, forward-facing white strobe light, rear-facing flashing red and amber lights, and white strobe lights mounted on all four corners of the vehicle. Security alarm system wired to all entry doors, exterior compartment doors and windows. Automatic high speed internet and news station satellite antenna systems. GPS - navigation system. A tellular/cellular interface with hard line phone system. An automatic leveling system: HWH hydraulic leveling system or equal. A single backup camera system. Three sets of keys and controls. Two sets of vehicle manuals. PDF files of all drawings including electrical and plumbing systems. VI. SITE INSPECTION The selected contractor shall provide an opportunity for the EPA to perform site inspections of the vehicle while under construction. The inspections of the vehicle will be to determine if the construction of the vehicle is adequate and if any changes need to be made. Minor changes shall be permitted. Major changes shall be negotiated and shall comply with the contractor?s quote or maybe in-addition to the contract. The trips will be from San Francisco and Los Angeles to the vehicle production facility. The trips will be conducted during normal business hours. Personnel assigned to inspect the vehicle will be William Terrell and Craig Benson respectively. VII. LOGO DESIGN AND APPLICATION The final finishing of this vehicle shall be to commercial truck standards. All paint applications shall conform to the paint manufacturer?s requirements and recommendations. The USEPA shall furnish a logo design and paint scheme to be applied to the command post. VIII. DRAWINGS A detailed description and drawings of the vehicle and the equipment shall be furnished with the quote. The drawings shall be approved by USEPA prior to the start of construction. IX. SHIPPING/DELIVERY INSPECTION/TRAINING Transportation charges to the San Francisco equipment warehouse shall be included in the vehicle cost. The vehicle shall be delivered to the following address: 674 Harrison St., san Francisco, CA 94107. All items will be visually inspected to ensure completeness of order. The vehicle will be road tested by contractor and Project Officer to ensure that performance is in compliance with specifications. The generator will be operated to ensure that performance is in compliance with specifications. Final test will be subject to technical acceptance by the user. Once the vehicle is delivered and accepted, the vendor will be responsible for providing training for operators of the following topics at the delivery location: 1) vehicle check-out, start-up, operation, and shut-down procedures, 2) generator check-out, start-up, operation, and shut-down procedures, and 3) command post and equipment maintenance requirements. X. WARRANTY Bumper to Bumper - 3 yrs/36,000 miles Metal corrosion - 6 yrs/ 100,000 miles Workmanship (fit & finish) ? 1 yr Appliances - Manufactured warranty passed through All other components as specified by the manufacturer - (Including copies of all manufacturers? written warranty policies.) Electronic proposals are acceptable to be received no later than 2:00 PM Local time. Please submit pricing to delatorre.peggy@epa.gov. If drawings cannot be electronically transferred, please submit to the address mentioned above.
 
Place of Performance
Address: U.S. EPA, , 75 Hawthorne Street, San Francisco, CA 94105, ,
Zip Code: 94105
Country: UNITED STATES
 
Record
SN01118633-W 20060819/060817222224 (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  © 1994-2020, Loren Data Corp.