Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
SOLICITATION NOTICE

23 -- Toter Home

Notice Date
8/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00421-07-R-0089
 
Response Due
9/25/2007
 
Archive Date
10/10/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. This is a Request for Proposal (RFP) numbered N00421-07-R-0089. This solicitation document and the incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-18. The Naval Air Warfare Center Aircraft Division located at Patuxent River, Maryland has a Firm-Fixed Price requirement for the following item: 1 each Custom Built Toter Home that can pull a 10,000 pound optical tracking mount trailer, power it, and serve as a mobile command center for the mount and all of its sensors in accordance to the Statement of Work. It is intended that this requirement is 100% set aside for small business procured under NAICS 811121 with a dollar amount of $6.5 million. Statement of Work /Standard Features: (Submit a complete set of drawings along with the proposal) DIMENSIONS 1. Overall Length 391? 2. Exterior Width 101? Approximate 3. Overall Height (with roof air conditioner) 13?6? Maximum 4. Interior Width 96? Approximate 5. Interior Headroom 92? Approximate 6. Interior Floor Length (behind cab area) Approximate 16? Minimum CHASSIS SPECIFICATIONS 1. Chassis Type Freightliner M2 Business Class conventional chassis 2. Wheelbase 312" / 247? CA 3. GVWR 33,000 lbs. FET exempt 4. Frame 7/16? x 3-9/16? x 11-1/8? steel frame 5. Engine Cummins 360 H.P. @ 2200 RPM 1000 lb. /ft @ 1440 RPM 6. Transmission Allison automatic WTEC calibration ? 6 speed Push button, electronic shift control, dash mounted Alt Water to oil transmission cooler, frame mounted 7. ernator 12V, 200 amp pad mount alternator minimum 8. Batteries (2) alliance 1131 group 31, 1900 CCA Threaded stud batteries Battery box frame mounted 9. Brakes Air brake package ? Meritor Q+ Series. Front and rear Wabco 4S/4M ABS independently modulated Reinforced nylon, fabric braid & wirebraid chassis air lines PAC Brake Exhaust brake 10. Fuel Tank Polished aluminum tank left side, 50-gallon capacity Polished aluminum tank right side, 50-gallon capacity Alliance fuel filter/water separator with heated bowl No crossover ? dual suction and return lines. 11. Front Axle Meritor (Rockwell)12,000 lb. AF12-3 front axle Non asbestos front brake lining Conet cast iron front brake drums Front brake dust shields Meritor automatic front slack adjusters 12. Suspension 12,000 lb. taper leaf Front Maintenance free rubber bushings Front sway bar and shock absorbers 13. Rear Axle Meritor (Rockwell) RS-21145 rear axle Lapped Highway gearing 4.88 ratio Tractec Lock differential 1900 RPM in 6th @ 75 mph 1900 RPM in 5th @ 65 mph 1900 RPM in 4th @ 55 mph Meritor automatic rear slack adjusters 14. Suspension 23,000 lb., Airliner with dump valve and auto re-fill Rear 15. Cooling Anti-freeze protection; ethylene glycol, to -60F 16. Steering TRW THP-60 power steering pump Adjustable tilt and telescoping steering column 17. Horns Dual electric horns Back up alarm 18. Instruments Low air pressure light and buzzer Single brake application air gauge Cruise control Electric fuel gauge Engine and trip hour meters Electric engine oil pressure gauge Electronic tachometer, 3000 RPM Digital voltage display Transmission oil pressure gauge 19. Tires 275/80R 22.5 Michelin, 16 ply radial Front: XZE Steer Tires, LR ?G? Rear: XZE Drive Tires, LR ?G? 20. Wheels 22.5 x 8.25 10 hub pilot aluminum disc Dual rear wheels Polished front and outer rear 21. Exhaust OEM Standard 22. Miscellaneous Heater, defroster and air conditioning AM/FM/CD with two cab speakers Front tow hooks, frame mounted Dual Stainless Steel, heated power mirrors w/ remote Electric powered cab windows Electric door locks Dual high back, air suspension, driver and passenger seats with dual armrests and 3 point fixed D-ring seatbelts 23. 4 Point Auto-Leveling System BODY SPECIFICATIONS: 1. Body shall be 5/8? FRP composite construction. 2. Body shall be constructed entirely of ?rust proof? materials to insure long service life. 3. Roof to be one piece 5/8? FRP composite construction. 4. Body construction shall maximize smooth surfaces and Stainless Steel corners. 5. Structural members shall be 2 x 2 steel frames built on chassis 6. Roof and sidewalls shall have a minimum R8 insulation factor. 7. Door openings shall have structural headers and double wide vertical uprights around the perimeter of each opening. 8. Floor shall be a ?super sandwich? design with integral galvanized vapor barrier. 9. Powder-coated compartment frames with #304 Stainless Steel doors with #8 finish 10. All joints and seams shall be sealed and weather-proofed. 11. Drip moldings shall be provided above entry doors where required 12. The transition from the cab to body shall be open to allow personnel access from cab into the body area. A privacy shade shall be installed in the area to separate the cab from the body if desired. 13. Body shall have a swing out door on the rear of the vehicle with 26" opening Hinge shall be full length stainless steel. Deck shall have double step-well on curbside with electric step. 14. An exterior vertical stainless steel handrail shall be provided near entry door location. 15. Slam lock hardware to be supplied on all body entry doors. 16. Aluminum roof access ladder on the rear curbside. 17. One (1) 12? Slide-out on roadside. All windows shall have dark gray Day/Night Shades 18. Body to be fully undercoated. 19. Mud flaps with anti-sail brackets on rear axle. PAINTING / GRAPHICS: 1. The final finishing of this vehicle shall be to commercial standards. 2. All paint applications shall conform to the paint manufacturers requirements and recommendations. 3. Cab, single color, Freightliner OEM, high gloss white. INTERIOR: 1. Diesel fired forced air heat designed to distribute an even amount of heat to all areas. 2. One (1) 3 cubic foot Domestic refrigerator between the racks and the cab with Black glass insert for door 3. One (1) 1.5 cubic foot microwave. Microwave to be black in color. 4. Equipment racks, all on curb side of the interior. Racks shall have integral outlet strips and work surface. Exterior access through three (3) doors. 5. Work surface shall extend across 4 of the 6 racks only (the rear 4 racks) 6. One (1) 9V smoke alarm. 7. Two (2) ABC dry chemical fire extinguishers, carbon dioxide, minimum 5-pound units, with dial type indicator, in quick release brackets provided. 7. 12? Slide-out shall have a built-in bench seat, with storage beneath, in the rear half of the slide-out with a removable table, and overhead cabinet. Monitor shall be on slides, to allow access to storage cabinets recessed behind the monitor. Monitor slides shall have locking feature to prevent movement during transit. WALLS, CEILING AND FLOOR: 1. The entire body, sides, ends and roof including doors, shall be completely insulated to enhance the performance of the heating and cooling systems and prevent external noise from entering the vehicle interior. The insulation shall be non-settling type, vermin-proof, mildew-proof, fire retardant, non-toxic. 2. Interior wall covered with Accousticomp (or Equal) sound absorbing carpet. Carpet to be ?Charcoal Gray? in color 3. Interior roof structure to be covered with finished gray padded material. Material shall be gray in color 4. All bulkheads to match sidewalls. 5. Floor to be covered with Lonseal Loncoin II Fleckstone, or equivalent, non-skid commercial grade PVC flooring. The flooring is to be a continuous piece front to back. Color to be black. CABINETS: 1 All cabinets to be constructed of aluminum with integral latch assemblies. 2. No particle board or fiber board materials to be used in cabinet construction. 3. All cabinet doors to be gray aluminum dry erase finish. 4. Shelves are to be aluminum with no voids on sides and have extruded aluminum front lip. 5. All shelving is to be adjustable on 1/2" increments using track and hardware. 6. All horizontally hinged overhead cabinet doors to be held open with spring loaded lift support cylinders or gas charge shocks. 7. All drawers are to use heavy-duty, ball bearing, double-action drawer slides. 8. Countertops to be 3/4" plywood with laminate finish. Color to be manufacturers standard gray. All exposed edges will have a beveled top edge to prevent chipping. 9. All areas where countertops, cabinets, bulkheads and walls meet to be sealed with beaded welt or silicone caulking. 120/240V AC ELECTRICAL SYSTEM: 1. Chassis OEM furnished electrical system interfaces shall be utilized to the maximum extent possible. 2. Entire electrical system shall be utilized automatic change-over switches and 50 amp load center. 3. Install one (1) EPS completely encased 20 KW commercially rated, water- cooled diesel powered generator. 4. Generator compartment is to be insulated with high density sound absorbing foam and oil resistant foil faced lining. 5. Generator shall be plumbed to draw fuel from chassis fuel tank. 6. One (1) 120/240 VAC Paneltronics master control panel sized to anticipated loads 7. All 120/240V AC main wiring is to be bundled and protected from exposure and chafing. 8. All 120/240V wiring shall be accessible in raceways or Panduit. 9. Install duplex wall outlets at each workstation and appliance locations. 10. Each Equipment Rack shall have outlet strips installed from the respective vendor. Each rack to be wired to an individual 20-amp circuit. 11. Install Track lighting over work areas at rack locations. Track lighting to be black in color with adjustable fixtures. 12. Four (4) exterior 115V duplex outlets shall be furnished, one on each side, one on the rear of the vehicle and one on roof. 13. Install two (2) 15,000 BTU air conditioner(s). AC system shall be ducted. 14. Install customer provided 50-amp plug IPO standard 30-amp power take-off on rear of vehicle. 15. All electrical circuits and appliances shall conform to applicable national electrical codes. 12V DC ELECTRICAL SYSTEM: 1. In addition to the chassis batteries, two (2) 100-amp deep-cycle batteries to be provided. Charging shall be by vehicle alternator and by battery conditioner. These batteries shall be utilized to start the generator. Batteries shall be mounted on a slide-out tray. 2. Provide and install one (1) Paneltronics 12VDC power panel. 3. All 12V wiring THHN stranded bundled and sized to load. 4. One (1) commercial duty fan cooled power converters, 75 amp output, Iota or equal. The converter (s) shall have a minimum of 75 amp 12V output and shall supply power to both the vehicle and auxiliary 12V DC systems whenever 115V AC power is available from either generator or shore power. 5. Install one (1) Sure Power 2403 isolator to allow alternator to charge the main and auxiliary batteries. 6. Install 18" white fluorescent light fixtures on ceiling. WIRING REQUIREMENTS: 1. 2-Gauge minimum copper stranded battery cable to be used for 12V DC main supply lines. All cable runs to be full length, no splices. All cable terminals are to be staked and soldered. All cable is to be enclosed in convoluted polyethylene tubing where possible 2. All added electrical circuits shall be protected from over current by circuit breakers appropriately rated for the load. 3. Circuit breaker functions are to be identified by engraved or printed labels. 4. Fabricate and install one (1) custom I/O Panel. Location to be determined. Panel shall be constructed of 5/8? FRP and covered with mill-finish aluminum. Each Input/Output shall be numbered and labeled on the panel. All I/O wiring shall terminate (without ends) at the center rack location with a 8? loop to allow routing to any rack location in the vehicle. The I/O panel shall include the following connections: a. Twelve (12) BNC Connectors (Video sub-panel) b. Twelve (12) Fiber Optic Connectors (Control sub panel) c. Ten (10) Ethernet Connector (RJ-45) d. Two (2) DB-9 Connectors e. Two DB-15 Connectors f. One (1) 12VDC aux power port g. One (1) 110 VAC duplex outlet h. Two (2) Blank sub-panels for future expansion 5. All wiring is to be protected from chafing and abrasion. 6. Where wire passes through sheet metal, bulkheads and structural supports plastic grommets shall be used to protect both wiring and wire looms. MISCELLANEOUS FEATURES AND OPTIONS: 1. Three (3) white quartz 120 VAC scene lights on exterior, 2 on curbside and one on the rear. 2. One (1) roof ventilator, powered, reversible, Fantastic Vent or equal. 3. One (1) vertical mount exhaust fan at rack location 4. Install one (1) Marinco 50A-125/250V AC waterproof shore power inlet. 5. One (1) 40,000 lb. pintle hitch. 6. Fabricate and install one (1) custom aluminum insert for 2 5/16? ball location on Sport Deck. 7. One (1) 32? LCD HDTV Monitor at cab over on sliding rails. Monitor to be Sharp LC-32D62U (or equal) 8. One (1) Will-Burt 7-42 non-locking pneumatic mast on the rear roadside. Pneumatic controls to be located as close to the mast as possible. 9. Pelco Esprit camera system. Joy stick rack mounted controller to be located at Rack #4 10. Install sign on dashboard with vehicle height listed. 11. Install a payload sticker in cab area with vehicle axle loads and available axle payload as built. 12. a. Two (2) EXTRON Model #DVS-304D Scalar with Rack kit b. Two (2) EXTRON Model #6019001 Universal Rack Mount c. Three (3) Sony LMD4420 Quad 4? X 4? LCD Monitor Panel d. Two (2) Marshal V-R102DP-HD, 2 X 10.4? HDSDI Multi-format Monitors e. Three (3) Marshall V-R151DP-AFSD 15? High Res PC Monitor. f. Two (2) EVERTZ Model #X-0401H auto-sensing switcher 13. Back-up camera and monitor 14. Aluminum cabinets in cab-over area, recessed behind the 32? monitor slides 15. Enclosed water-tight compartments below the body, for storage. PROPOSAL PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The response shall consist of price and please note the delivery is critical and must be within 120 days from the date of the award delivered at FOB Destination to Patuxent River, MD. BASIS FOR AWARD: Award will be made to the lowest cost, technically acceptable offeror whose quote conforms to this synopsis/solicitation. In addition, delivery will be a critical evaluation factor. The following provisions and clauses apply: Clause Description 52.201-2 Definitions 52.203-3 Gratuities 52.203-5 Covenant Against Contingent Fees. 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-7 Anti-Kickback Procedures. 52.204-7 Central Contractor Registration. 52.211-5 Material Requirements. 52.211-8 Time of Delivery 52.212-1 Instructions to Offerors Commercial Items 52.212-2 Evaluation Commercial Items: [Technical capability of proposed item to fulfill Government need, Price, Past Performance, Delivery?.approximately equal to price] 52.212-3 Offeror Representations and Certifications Commercial Items 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 52.213-2 Invoices 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 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 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.232-29 Terms for Financing of Purchases of Commercial Items 52.232-30 Installment Payments for Commercial Items 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.239-1 Privacy or Security Safeguards 52.243-1 Changes-Fixed Price. 52.244-6 Subcontracts for Commercial Items. 52.252-2 Clauses Incorporated by Reference [fill in: http://www.arnet/gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm ]; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.204-7000 Provision of Information to Cooperative Agreement Holders 252.224-7012 Preference for Certain Domestic Commodities 252.225-7021 Trade Agreements 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 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 252.243-7002 Certification of Requests for Equitable Adjustment 5252.201-9500 Government Points of Contact 5252.201-9502 Contractor?s Authorized Contract Coordinator and Technical Liaison 5252.204-9504 Disclosure of Contract Information (NAVAIR) 5252.211-7003 Item Identification and Valuation 5252.215-9524 Basis for Award (NAVAIR) 5252.232-9504 Special pay Instructions for Paying Office (NAVAIR) 5252.232-9511 Notice of Requirements for Prompt Payment (NAVAIR) 5252.232-9513 Invoicing and Payment (WAWF) Instructions (NAVAIR) 5252.243-9504 Authorized Changes Only by the Contracting Officer (NAVAIR) Proposals must be submitted in accordance with the solicitation. (All proposals must be for item as stated). Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to one vendor. Numbered Note 1 applies to this combined synopsis/solicitation. All proposals shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items. The automated system for complying is call ORCA, and is available at: https://orca.bpn.gov/login.aspx. For additional information, see the ORCA FAC sheet: https://orca.bpn.gov/faq.aspx. Proposals should be submitted via e-mail. The Government reserves the right to reject all proposals received after the closing date and time. Place of Performance: NAVAL AIR WARFARE CENTER (PAX), Receiving Officer, Supply Department, Bldg. 665, 47179 Vaughn Road (NASSU), Patuxent River, MD 20670-1614, (301) 342-0543 Original Point of Contact: Quotations shall be submitted via e-mail to Sotanya.Rushing@navy.mil no later than 4:00 p.m., September 25, 2007.
 
Place of Performance
Address: Naval Air Warfare Center Aircraft Division,, Patuxent River, MD
Zip Code: 20670
Country: UNITED STATES
 
Record
SN01384763-W 20070826/070824222544 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.