Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

J -- Water Tanks Installation

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-CA CALIFORNIA STATE OFFICE* 2800 COTTAGE WAY, SUITE W-1834 SACRAMENTO CA 95825
 
ZIP Code
95825
 
Solicitation Number
BAQ070038
 
Response Due
9/5/2007
 
Archive Date
8/13/2008
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items and has been prepared in accordance with the format in Federal Acquisition Regulations (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. The Solicitation No. BAQ070038 is issued as a Request for Quotes (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-18, and apply to this acquisition: 52.212-1- Instructions to Offerors-Commercial Items, 52.212-2 - Evaluation - Commercial Items, 52.212-3 - Offeror Representations and Certifications-Commercial Items, 52.212-4 - Contract Terms and Conditions-Commercial items, and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items. Under the Service Contract Act Wage Determination WD 05-2049 (Rev.-5) apply and can be located at www.wdol.gov.This solicitation is set aside for small businesses. Contractors submitting a quotation must be registered in the Central Contracting Registration web site. The address to register is www.ccr.gov. The North American Industry Classification System (NAICS) code is 336211, Motor Vehicle Body Manufacturing. Under this listed NAICS code we consider 1,000 employees or less as small business. REQUIREMENT: The Bureau of Land Management, Hollister Field Office, Hollister, CA - Request for proposals as described. Scope of Work: Provide and install a water tank body and associated mechanical hardware (including but not limited to: pump, pump drive unit, valving, piping, spray heads(5), hose reel with 1in hose, storage boxes, hard hose storage tubes, valve manifold, in-cab controls, etc) on two (2) government furnished cab and chassis trucks to be utilized as industry standard construction type water trucks. The tank materials, construction, mounting and final product(s) must comply with DOT requirements. Truck chassis to be supplied: Item 1 - 1995 Ford L9000, 3-axle truck, 6x4, 62,000 GVWR, ID-I256148 GAWR A1- 16,000 lbs Dimensions - A1-A2/A3 = 187 in (15 ft 7 in) A2 - 23,000 lbs A2-A3 = 54 in (4 ft 6 in) A3 - 23,000 lbs Cab - A2/A3 = 111in (9 ft 3 in) Cab / end of frame - 158 in (13 ft 2 in) Item 2 - 1995 Intl 4800, 2-axle truck, 4x4, 31,000 GVWR, ID-I256134 A1-11,000 lbs Dimensions - A1-A2 = 157 in (13 ft 1 in) A2 - 20,000 lbs Cab - A2 = 86.5 in (7 ft 2.5 in) Cab / end of frame - 124 in Tank, Structure, Mounting and Equipment Requirements: Item 1: (Equivalent to McClellan Equipment A Tank Kit) Size: Minimum 3600 gallon elliptical tank. (when fully loaded may not exceed 34,000 lb on rear axles). The tank may be up to 102- in in width. Material: Minimum 3/16-in A36 steel for tank and baffles, with 1/4 in plate sub-frame. Construction: Welded steel with reinforcement gussets and baffles for off-highway use. All heads and baffles are dished, a minimum of 5 in, flanged, with a minimum of 2 1/2 in overlap and pressed not formed with 1-1/2 inch radius turn. The flanges shall be full welded on both ends of the overlapping edges (2). Sub-frame must be hat section not Z section. The bolsters shall be a minimum of 4 in wide and full width fender to fender. Mounting: A 4-point mounting, allowing a minimum of 5 inches of frame racking, with permanently vulcanized rubber welded to the sub-frame of the tank body. (equivalent to the McLellan Perma-Slat which is made of 80-durometer rubber, 7/8 in thick and vulcanized to a 1/8 in mild steel base). Coating: Tank shall be fully sandblasted. Exterior shall be painted white with automotive paint and finish. Tank Protection: corrosion protection anode bars (3) shall be provided and attached to the interior of the tank at the baffles. Ladder: A ladder with anti slip tread shall be supplied for access to the top of the tank. Tank Access: A 20 in diameter man way with a hinged, vented, and securable lid shall be furnished on top of the tank. A 24 in x 48 in anti-splash fill dome shall be placed around the lid. Rear Bumper: A full width, 8 in diameter schedule 40 ductile iron pipe, welded rear bumper shall be bolted to the frame. There shall be a flexible ladder, with steps as required, with a minimum of 18 in and a maximum of 24 in ground clearance to the bottom step, attached to the bumper, supplied to get up on the bumper to access the tank ladder. Fenders: The body shall be furnished with Minimum 12-GA full length steel fenders and rubber mud flaps. Fully enclosed, lockable, storage tubes for 2-10 ft sections of 3 in suction hose with male/female CAMLOK type fittings and foot valve shall be incorporated into/onto the fenders. Lighting: Standard DOT required, LED lighting shall be furnished. A rotating amber beacon (strobe) shall be switch activated and mounted to be seen from the rear of the vehicle. Backup alarm: A pulsing tone, electronic, backup alarm shall be furnished. Storage: There shall be a lockable storage compartment with a minimum 3/16 in thickness lid and expanded metal grating bottom located at the rear of truck between the frame rails. It shall be lockable with a 3/8 in diameter shank padlock. Water System/Plumbing Requirements: Pump: Minimum Berkeley B3ZQM (or equivalent) 4x3 centrifugal pump shall be supplied to operate the water system. The pump shall be driven by an air cooled diesel engine. The engine shall have sufficient power to fully and efficiently operate the water pump. The engine shall be supplied fuel from the main truck tank. There shall be a spin-on type fuel filter placed in the fuel line between the tank and the pony engine. There shall be a fuel shut off valve between the main tank and the fuel filter. The diesel engine, fuel hoses, etc. shall be Biodiesel diesel fuel compatible. The water pumping equipment shall be mounted on the sub-frame of the tank. The truck and water pumping system shall be capable of self loading water. Piping: All piping joints shall be Victaulic type couplings. Hydrant Fill: 2-1/2 in hydrant fill connection with air gap. Tank hydrant fill point shall have a check valve, or equivalent, to prevent water from splashing or spilling from the tank during transit on mountain roads. Sight Gauge: Front and rear 1 in tube type sight gauges shall be provided. Spray System: There shall be 5 air operated valves (equivalent to 5 Star 5S-300, T handle adjustable) with integral fully adjustable 180 degree spray heads, 2-front, 2-rear, 1-driver's side mid-ship (driver's mid-ship spray head shall be mounted on a 3 in CAMLOK fitting and be interchangeable with a fan type street flusher nozzle). All valves and spray nozzles shall be mounted on 3 in 90 degree ells with Victaulic couplings. Controls: All spray head and pump controls shall be operated from switches at the operator's station. Hose Reel: There shall be a manual rewind hose reel located on the passenger side of the truck body. It shall hold a minimum of 100 ft of 1 in ID hard line type hose. Tank Specifications: Item 2: (Equivalent to McClellan Equipment B Tank Kit) Size: Minimum 1600 gallon elliptical tank. (when fully loaded may not exceed GVWR of truck or 20,000 lb on rear axle) Material: Minimum 3/16 in A36 steel for tank and baffles, with 1/4 in plate sub-frame. Construction: Welded steel with reinforcement gussets and baffles for off-highway use. All heads and baffles are dished and flanged. Mounting: 4 point mounting allowing frame racking with permanently vulcanized rubber welded to the sub-frame of the tank body. (similar to the McLellan Perma-Slat which is made of 80-durometer rubber, 7/8 in thick and vulcanized to a 1/8 in mild steel base). Coating: Tank shall be fully sandblasted. Exterior shall be painted white with automotive paint and finish. Tank Protection: Corrosion protection anode bars (2) shall be provided and attached to the interior of the tank at the baffles. Ladder: A ladder with anti slip tread shall be supplied for access to the top of the tank. Tank Access: A 20 in diameter man way with a hinged, vented, and securable lid shall be furnished on top of the tank. A 24 in x 48 in anti-splash fill dome shall be placed around the lid.. Rear Bumper: A rear combination bumper, Class IV, 2 in insert, tow hitch, associated trailer electrical wiring/7-pin DOT plug, trailer safety chain D rings, with integral tool box shall be provided. Fenders: The body shall be furnished with Minimum 12-GA full steel fenders and rubber mud flaps. Lighting: Standard DOT required, LED lighting shall be furnished. A rotating amber beacon (strobe) shall be switch activated, in cab, and mounted to be seen from the rear of the vehicle. Water System/Plumbing Requirements: Pump: Minimum Berkeley B3ZRMS 4x3 centrifugal pump shall be supplied to operate the water system. The pump shall be connected to transmission PTO with air shift engagement and balanced tube PTO line drive. The pump, drive shaft, piping, etc. shall be located with as much ground clearance as possible. Piping: All piping joints shall be Victaulic type couplings. Hydrant Fill: 2-1/2 in hydrant fill connection with air gap. Tank hydrant fill point shall have a check valve, or equivalent, to prevent water from splashing or spilling from the tank during transit on mountain roads. Sight Gauge: Front and rear 1 in tube type sight gauges shall be provided. Spray system: There shall be 5 air operated valves (equivalent to 5 Star 5S-300, T handle adjustable) with integral fully adjustable 180 degree spray heads, 2-front, 2-rear, 1-driver's side mid-ship (driver's mid-ship spray head shall be mounted on a 3 in CAMLOK fitting and be interchangeable with a fan type street flusher nozzle). All valves and spray nozzles shall be mounted on 3 in 90 degree ells with Victaulic couplings. Controls: All spray head and pump controls shall be operated from switches at the operator's station. Hose Reel: There shall be a manual rewind hose reel located on the passenger side of the truck body. It shall hold a minimum of 100 ft of 1 in ID hard line type hose. Warranty: All materials and workmanship shall be guaranteed to perform without fault for a period of 12 months from the time of delivery. Any defects identified during that period shall be corrected at the contractor's location within a period of one week of notification. The contractor's location must be located within a 100 mile radius of Hollister, CA. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offerer whose quote will be most advantageous to the Government, price and other factors (technical and past experience) considered. INSTRUCTIONS TO OFFERORS: Quotes must be submitted in writing on company letterhead and must include: RFQ number, the company name and address, point of contact, phone number, fax number, total price, and any prompt payment discount terms. Offers will be due in this office no later than COB 5 September 2007. Quotes can be mailed to: Bureau of Land Management Attn: Rosalind Davis 2800 Cottage Way W-1834 Sacramento, CA 95825 Quotes may also be faxed or emailed. Fax (916) 978-4444, Attn: Rosalind Davis email - radavis@ca.blm.gov
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1322795)
 
Place of Performance
Address: To be determined.
Zip Code: 95023
Country: US
 
Record
SN01372381-W 20070816/070814221938 (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.