Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

23 -- VA-262-07-RQ-0246 Hyperbaric Chamber TrailerVA Southern Nevada Healthcare System

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network 22 Logistics Office;5901 E. 7th Street;Long Beach CA 90822
 
ZIP Code
90822
 
Solicitation Number
VA-262-07-RQ-0246
 
Response Due
9/13/2007
 
Archive Date
10/13/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a Hyperbaric Chamber Trailer prepared in accordance with the format in 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. Provisions and clauses are incorporated through Federal Acquisition Circular 05-19. This procurement is utilized as a Small Business Set-Aside. The solicitation number for this Request for Quotation is VA-262-07-RQ-0246. The North American Industry Classification System Code (NAICS) is 336212. DESCRIPTION OF SUPPLIES/SERVICES: The VA Southern Nevada Healthcare System has a requirement for a Hyperbaric Chamber Trailer. Salient characteristics of equipment components are as follows: Approximate Interior Dimensions: Length: 22' 6'' (6.86M) Width: 8' 0'' (2.44M) Height 7' 6'' (2.29M) 1. Trailer and Body Construction: A.) All steel heavy-duty trailer chassis shall consist of two longitudinal frame members with structural shape cross members, outriggers and gusseting; custom-designed and equipped to support the trailer unit and interior load. Critical areas shall be strengthened by the use of additional cross members and gusseting where deemed necessary. An electrically welded perimeter shall be provided around the frame. All steel material shall conform to American Society for Testing Materials (ASTM) specifications. B.) Running gear shall consist of a heavy duty 16,000- pound tandem, straight axel assembly with sealed electric brakes on all axels. Each axel installed shall be rated at 8,000 pounds capacity and equipped with matching tires, wheels and springs. Axel assemblies shall be mounted to a steel under-carriage specially designed to resist torsional twisting and to maintain proper weight distribution. C.) The Trailer shall be equipped with electric brakes with connections to towing vehicles. This includes drawbar coupler and hoist, meeting SAE-ICC requirements, safety chains, safety breakaway and landing gear. Reinforced frame drawbar for heavy duty service. D.) Trailer shall be equipped with running lights, reflectors, markers and wiring in accordance with Department of Transportation ( D.O.T. ) safety regulations. The system shall be 12-volt with plug in connection to towing vehicle. E.) The trailer shall be equipped with a full width steel rear bumper. The bumper shall have reflective stripes to give an indication of the width of the trailer. F.) General Body wall construction shall consist of roll-formed "C" channels, 8.625 inch high by 1.75 inch deep, 3003-H14 aluminum alloy, .080 inch thick. The channels shall run horizontally throughout the entire length and width of the unit and shall be secured to the aluminum corner posts, roof rail and lower rail using 3/16-inch brazier head aluminum rivets. The finished exterior body surfaces shall be smooth without rivets. G.) The rolled formed "C" channels shall comprise the exterior body sides and end panels. The channels shall be fastened together along their full length with Plexus brand, or equal, high-performance adhesive specially designed for metal bonding (same as widely used in transportation, marine, and aviation industries). The bond formed has a tensile strength of approximately 2,500 PSI (strain- to- failure ration greater than most commercial mechanical fasteners); temperature resistance range of -67F to +250 F; chemical resistance; high-fatigued endurance; and impact resistance. H.) Each wall section shall be reinforced with vertical aluminum members, which are welded on a minimum of 48-inch centers. I.) The roof carlines shall be aluminum extrusions, 6063-T6 alloy, which shall be welded to the roof rail on 16-inch centers. The roof assembly shall consist of a one-piece, .040-inch aluminum roof. The roof panel shall be secured around the perimeter with adhesive and 3/16-inch brazier head aluminum rivets to aluminum extruded roof rail. J.) All window and door openings shall be framed with welded aluminum structures and gusseted to prevent torsional twisting. Heavy-gauge metal tapping plates shall be installed between frame members to secure heavy wall-mounted equipment as per custom body floor model. Around perimeter of interior body at ceiling, an integral part of roof rail is provided to secure ceiling, side panels and overhead cabinets. At the ceiling, there shall be installed tapping plates to permit positive securing of light fixtures. K.) Floor crossmembers shall be 4-inch deep trailer "I" beams spaced on 16-inch centers. 2. INSULATION: Body shall be insulated on sides, ends, floor and ceiling with foamed-in-place urethane. Insulation offers optimum environmental protection; adds support to sides, ends and roof; prevents entrance of moisture; and acts as a sound retardant. (Minimum: R-12.) 3. WALLS AND CELIINGS: A). The interior walls shall be lined for full width and length with 1/4-inch thick laminated Formica panels. Panels shall be secured with joiners, edgings and moldings specifically designed for this purpose. B.) Ceiling shall be surfaced with NUDO brand products, FiberCorr brand, or equal, ceiling panels, consisting of .090-inch FRP overlay laminated to a corrugated plastic core. 4. FLOOR: A.) Between cross sills, a 26-gauge galvanized sheet shall be secured to fully enclose floor area. Above cross sills, secure 3/4-inch thick plywood which is laminated on both sides with fiberglass-reinforced-plastic panels. The panel edges shall be treated with edge-sealer for water resistance. The underside of floor panels that are exposed to the road shall be sprayed with Quacker Koat brand, or equal, sound-deadening undercoating. B.) The floor shall be surfaced with Armstrong brand, or equal, heavy-duty commercial tile. 5. PAINTING PROCEDURES: A.) Body exterior shall be thoroughly cleaned, sanded and primed with PPG urethane primer. Body shall be painted with two (2) coats of PPG- polyurethane topcoat. B.) Steel Structural trailer chassis undercarriage shall be painted black. C.) Body shall be undercoated with Quacker Koat brand, or equal, sound deadening undercoating. 6. ENTRANCE/ EXIT DOOR: A.) The door shall be corrosion-immune, constructed of fiberglass-reinforced plastic (FRP) with solid polymer reinforcement. The door shall be insulated with structural urethane and close on dust-sealing neoprene extrusions. The door shall include safety-glass window with designer Venetian blinds. Door latch shall be a heavy-duty, L-series mortise latch with keyed deadbolt lock meeting ANSI A156.13 requirements. Hinges shall be stainless steel, strap type. Suitable safety steps and grab handles shall be installed at door location. B.) Contractor shall provide lightweight aluminum hang-on steps at side entrance/ exit location. Steps shall be equipped with adjustable neoprene feet and removable safety handrails for operator convenience. 7. PATIENT ENTRY DOOR: The patient entry door shall be an electronically operated, roll-up type (insulated), with a safety automatic door stop activator on the bottom. This door shall be controlled from an interior switch. Included shall be a flip-up protective canopy constructed of a double aluminum faced honeycomb panel raised and lowered by gas springs. The Secondary door control switch with water-proof protective cover shall be mounted on the exterior; operated by key. To prevent accidents, the door will not operate unless lift is in the raised position. Emergency power failure door open crank and gearing shall also be supplied. 8. PATIENT/ GURNEY LIFT: The lift platform shall measure approximately 78 inches wide by 42 inches deep, plus a 12-inch ramp. Lift shall be self storing, 12-volt hydraulically operated from "walk-around" push-button control, with a capacity of 1,000 pounds. The lift shall include a power failure "lift down" release switch and hand-operated emergency pump for raising and lowering the lift. The lift will have a removable safety railing built of custom-formed stainless steel, OSHA compliant, 1 1/2 - inch round tubing. 9. REAR DOORS: Trailer shall have double doors at trailer rear. 10. ELECTRICAL SYSTEM: Unit shall be wired to receive 4-wire, 120/240-volt, 60-Hertz, AC, single-phase, 50-amp power from standard 50-amp RV power source via lead-in cable. Necessary wiring shall be provided for operation of 120/240-volt equipment where indicated. 11. WIRING: A.) All wiring shall be NEC standard conduit with stranded wire or plastic jacketed, non-metallic sheathed cable with ground. Wiring and related devices shall be installed in a workmanlike manner, mechanically and electronically secure. Items requiring periodic service shall be readily accessible and serviceable. Wiring shall be protected by grommets when passing through structural members. B.) Circuit breaker panel(s) of adequate capacity shall be installed at appropriate locations within the body and shall include: 1. Individual 120-volt circuits for utility equipment, lights and receptacles. 2. 240-volt for air-conditioning and electric heating units. C.) Duplex receptacles shall be provided in convenient locations within body interior to conform to National Electric Code. D.) Provide 50-foot, 4 wire lead-in cable with standard 50-amp RV power waterproof plug on one end for connection to 240 volt power source. Cable shall be hard wired to trailer electrical system. Cable shall be sized to unit capacity. E.) Provide connection for chamber ground to outside of trailer. 12. LIGHTING: A.) In the Treatment area, low voltage lights shall be flush-mounted at finished ceiling to give a minimum light density of 50 foot-candles at working surfaces. Separate dimmers shall be provided as required. B.) Install a floodlight on unit exterior at each door entrance. Floodlight shall be controlled by interior switch. C.) Install one (1) battery operated emergency light within the trailer. Includes on/off switch. 13. AIR CONDITIONAING/ HEATING: A LIEBERT brand, or equal, 240-volt, 60 Hertz, single-phase air conditioning unit shall be installed at the front of the mobile unit. Unit shall be shock-mounted, properly framed and connected to a metal duct installed between the roof and the ceiling. Duct shall be insulated and shall include adjustable air diffusers throughout body interior. Unit shall be thermostatically controlled. Condensate shall be dispensed via flexible tubing from air conditioner to ground. Cooling capacity shall be 24,000 BTU and Heating Capacity shall be 17,065 BTU. 14. INTERIOR FURNISHINGS: A.) Provide Formica brand surfaced control desk with center pencil drawer. B.) Install overhead storage cabinets with hinged door access above the control desk. C.) Provide and secure an upholstered, castered stool with backrest. D.) Provide securing devices, electrical connections, and oxygen supply connections for proper installation of customer-supplied hyperbaric chamber. E.) Install an oxygen vent to trailer exterior. F.) Interior walls shall be white in color. 15. ADDITIONAL SPECIFICATIONS: A.) Four (4) removable, heavy-duty, swing away stabilizing jacks shall be provided. B.) Two (2) 2-1/2 pound dry chemical fire extinguishers shall be bracketed and installed within body interior C.) Underbody storage compartments shall be provided to store lead-in cable, etc. Accessible though hinged doors with holding devices and flush-mount chrome locks. D.) Install coat hooks at convenient locations within body interior. E.) Provision shall be made for securing all equipment during operational transit. F.) One (1) copy of an Operator's manual shall be provided. Contractor shall include one (1) set of supporting manuals covering supplied items such as chassis, generator, air conditioner, etc. G.) Install an access port within the compartment or compartment door of every generator, electrical cable and plumbing compartment allowing the lead-cable and hoses to be connected to the unit with the main compartment doors closed and locked. H.) Install one (1) smoke detector within the trailer. I.) Install CAT 5, or equal, wiring and connections for telephone and data connections. 16. BODY EQUIPMENT: All vehicle lights, reflectors, markings, and wiring systems shall be in conformance with D.O.T. Safety Regulations and State laws. The system shall be 12-volt. Lights shall not be mounted on rub rails or vehicle bumper. An illuminated rear license plate holder shall be furnished. Exterior lights shall be LED. 17. ADDITIONAL REQUESTED ITEMS: A.) Four (4) heavy-duty manual lifting jacks B.) Provide a stereo AM/FM radio/compact disc player connected to overhead speaker system. Includes a body mounted antenna. 18. SPECIAL REQUIREMENTS: A.) Details concerning colors, exterior painting, and lettering, etc., plus delivery of completed unit to be arranged at a later date in accordance with the COTR. B.) Contractor shall be in compliance of federal, state and county guidelines. C.) The Contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employees fault or negligence. The Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. 19. WARRANTY: Contractor shall provide a warranty for twelve (12) months on all items and repairs and shall be included in the price of this contract. PLACE/PERIOD OF PERFORMANCE: The Hyperbaric Chamber Trailer shall be delivered to 1841 East Craig Rd, Suite B, North Las Vegas, NV 89030. Delivery of Hyperbaric Chamber Trailer shall take place 150 to 180 days after order receipt. PROVISIONS/CLAUSES: Offeror shall submit a complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (AUG 2007). The full text of clauses identified herein may be accessed electronically at these addresses: http://www.arnet.gov/far and http://www.va.gov/oa&mm/vaar. The following Federal Acquisition Regulation (FAR) Clauses and Provisions also apply to the acquisition: 52.211-6 Brand Name or Equal (AUG 1999), 52.212-1, Instruction to Offerors - Commercial Items (Sept 2006); 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007); 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders - Commercial Items (AUG 2007). In paragraph (b) of 52.212-5 the following apply: 52.222-3 Convict Labor (JUNE 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2007), 52.222-26 Equal Opportunity (MARCH 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 52.225-1Buy American Act-Supplies (JUNE 2003), 52.232-30 Installment Payments for Commercial Items (OCT 1995), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). 52.217-8 Option to Extend Services (NOV 1999), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232-18 Availability of Funds (APR 1984), 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) and 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984), 52.236-7 Permits and Responsibilities (NOV 1991), 52.228-3 Workers Compensation Insurance (APR 1984). (In addition, the following VA Acquisition Regulations (VAAR) clauses and provisions are incorporated herein by reference: 852.233-70 Protest content (JAN 1998), 852.233-71 Alternate Protest Procedure. (JAN 1998); 852.237-70 Contractor responsibilities. (APR 1984); 852.270-1 Representative of the Contracting Officer (Apr 1984), and 852.270-4 Commercial advertising (NOV 1984). Facsimile offers are accepted at (562)-961-1379. FAR Provision 52.215-18, Facsimile Proposals, is hereby included. Original proposal shall be submitted on company letterhead, along with descriptive literature for all items offered, to Chelsea Black, Contract Specialist, 5901 E. Seventh Street. Long Beach, CA 90822. CONTENT OF OFFERS: Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Clause 52.212-1, Instructions to Offeror-Commercial Items. As stated in this clause, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Contractor shall submit the following items in its proposal(s): 1. Schedule of Prices: itemized list of system components that provides a line-item description of offered each component and associated unit price. 2. References: name and phone numbers of three (3) customers who have purchased, leased, or rented or purchased equivalent systems. 3. Design/floor plans of unit. 4. Brochures on actual unit proposed (For equivalent equipment, must include component specifications). 5. Complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (AUG 2007). 6. Company's DUNS number. 7. Number of company employees. DEADLINE: Offers are due on September 13, 2007, 12:00 p.m., Pacific Time. Submit offers or any questions to the attention of Chelsea Black, telephone (562) 826-5857, fax (562) 961-1379, or email Chelsea.Black@va.gov. SCHEDULE OF SUPPLIES AND SERVICES ITEM # DESCRIPTION QTY. PRICE 1 Hyperbaric Chamber Trailer: Equipped and Furnished per specifications. 1 $ 2 Four (4) Heavy-Duty, Manual Lifting Jacks 1 $ 3 Stereo AM/FM Radio/CD Player with Overhead Speakers 1 $ 4 Bonded Delivery to Las Vegas, Nevada 1 $ TOTAL $
 
Place of Performance
Address: 1841 East Craig Rd.,;Suite B;North Las Vegas;Nevada;.
Zip Code: 89030
Country: United States
 
Record
SN01390523-W 20070901/070830220941 (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.