Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
MODIFICATION

63 -- Electrically operated Security Barriers

Notice Date
9/14/2007
 
Notice Type
Modification
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107, UNITED STATES
 
ZIP Code
68113-2107
 
Solicitation Number
F3HSE17222A001
 
Response Due
9/17/2007
 
Archive Date
10/2/2007
 
Point of Contact
Jeremiah Keenan, Contract Specialist, Phone 402-232-8656, Fax 402-294-7280,
 
E-Mail Address
jeremiah.keenan@offutt.af.mil
 
Description
This is a solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation, Part 12. This announcement constitutes a Request for Quotation; proposals are being requested. This procurement is FULL AND OPEN. Solicitation number F3HSE17222A001 is issued as a request for quotation. Funds are currently available. Quotations must be valid until Sunday, September 30, 2007. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. The North American Industry Classification System (NAICS) code is 332322. Offutt AFB intends to issue a Request for Quotation (RFQ) for the Procurement of 10 electrically operated Certified K-4 or above, Crash barrier electrical operating systems: The contractor will supply all parts, materials, supplies, labor and personnel required to remove 10 existing drop-arm barriers and Provide and install 10 new electrically operated crash barriers. Please see the attached Statement Of Need for further details of this requirement. A map of the barrier locations will be made available upon request. Contractor must be registered in Central Contractor Registration (CCR) prior to award. If not already registered in CCR, go to WWW.CCR.GOV to register prior to submitting quote. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL QUOTES. The clause at FAR 52.212-1, Instructions to Offerors ? Commercial Items, applies to this acquisition,FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, and the clause at FAR 52-212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items, applies to this acquisition. Additional, the following FAR clauses cited in 52.212-5 are applicable; 52.222-3 Convict Labor: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity: 52.222-35, Affirmative Action for Disabled Veterans and Veterans of Vietnam Era. 52.222-36, Affirmative Action for Workers with Disabilities. 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (31 U.S.C. 3332); 52.233-3 Protest After Award: 52.247-34 F.O.B. Destination; 52.222-3, Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-37, Employment Records on Disabled Veterans and Veterans of The Vietnam Era; 52.222-41, 52.223-5 Pollution Prevention and Right to Know Information; 52.232-33, Payment by Electronic Funds; 52.233-3, Protest After Award; 52.247-34 FOB Destination; 52.252-1, Solicitation Provisions incorporated by reference; 52.252-2 Clauses incorporated by reference; 52.252-5, Authorized Deviation and Provisions; 52.252-6 Authorized Deviation in Clauses; 52.253-1, Computer Generated Forms; applies to this acquisition. The following DFARS clauses also apply to this acquisition: 252.204-7004 Required Central Contracting Registration; 252.212-7001, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. Offers are due 4:00 p.m. CST Monday, 17 September 2007. Quotations must be good until Sunday, September 30, 2007. Quotes should be submitted via fax to number (402) 294-7280, or by email to: jeremiah.keenan@offutt.af.mil, Address any questions in writing to Jeremiah Keenan at jeremiah.keenan@offutt.af.mil Statement of Need for Certified K-4 or Above Crash Barrier Electrical Operating System 1.0 SCOPE: This specification defines the procurement of (10) Ten electrically operated Certified K-4 or above, Crash Barrier Electrical Operating System, consisting of a electrical power unit that meets or exceeds the UL 325 specifications, the operating control panel(s), must be able to interface with ADT access control logic, remote control master panel with annunciator, master control box digital loop detection with dual relay version to include power assumption safety, detector harness, electromagnetic locking device, limit switches for the full open/up and closed/down positions to interact with green & red lights, emergency manual operating system (manually lifting capability), 3 phase power monitor, power unit mounted electrical disconnect, battery back-up for controls, must have counter balanced weight appropriate for the barrier length/size, must be able to lock in the closed/down position, must have provisions for manual locking mechanism, electrical cabinet must have lockable access panel mounted on cabinet, with other options as defined herein. 2.0 SYSTEM CONFIGURATION: 2.1 Barrier Construction. Barrier shall be an electrically operated Certified K-4 or above Crash Barrier Electrical Operating System, consisting of an electrical power unit with a Dual Belt/High Torque Reduction System. When in the closed/down locked position the gate/beam shall present a formidable obstacle to approaching vehicles. Upon vehicle impact, the force shall first be absorbed by the gate/beam assembly and then transmitted to the foundation bollards of the unit assembly. 2.2 Barrier Height. Height of the Gate shall be a full gate design. Height can be varied during installation to suit local security requirements. 2.3 Barrier Clear Opening. The standard clear opening shall be approximately 187 inches as measured inside to inside of the bollard supports depending on location. All gates shall be of the same overall dimensions. 2.4 Finish. Gate mounting hardware will be 304 stainless steel, minimum. Gate color shall be black. All internal operating parts shall have installed grease fittings for preventive maintenance. The barrier gate/beam shall be furnished with yellow reflective tape sufficient to provide vehicle warning when approaching the barrier. 2.5 Crash Barrier shall have battery back-up in the event of loss of power. The battery back-up should be able to continue gate operation for 48-72 hours and consist of an over-charge protection to prevent batteries from being over-charged. 2.6 The gate shall be counter balanced to assist in the overall operation and in the event of power failure; the Crash Barrier must be able to be manually opened/closed by one person of average size. 2.7 All internal operator parts, springs, spring adjustment tube and adjustment screws shall be rust proofed. 3.0 PERFORMANCE: 3.1 Experience. Barrier and auxiliary equipment shall be of a proven design. Manufacturer shall have documented experience with similar vehicle Barriers. 3.2 Qualification Tests. Barrier design shall be successfully tested in full scale configuration in accordance with the Department of State Specification SD-STD-02.01 dated April, 1995 - with a certified rating of K4 or above. 3.3 Certification: Must be able to provide a copy of all test/certification paperwork with bid and upon completed installation. 4.0 OPERATION: 4.1 Barrier direction shall be instantly reversible at any point in its cycle from the control station(s), without causing damage to system of persons. 4.2 Electrical Operation. The Standard Barrier shall be capable of opening/raising or closing/lowering in a maximum of 8-12 seconds or less under normal operation and 6-10 seconds during an emergency. 4.3 Must have a dynamic built-in motor braking system for safety. 4.4 A field adjustable speed control element within the electrical circuit and shall be provided to increase the operating time to fit local operational needs. 5.0 ELECTRICAL POWER UNIT: 5.1 Electrical Circuit. Unit shall consist of an electrically driven motor. 5.2 Electrical Control Housing Unit. Electrical Unit Housing/cabinet shall have the capability of be locked and secured to prevent tampering. 5.3 Electrical Control Board. Solid state control board in NEMA 4X weatherproof electrical enclosure. Sealed proximity switches weather and moisture integrity. 5.4 Main Power. The electric motor shall be a minimum of 120v, 3Amp for the ?operator? 24vdc motor. The AC service to the operator has to be 120vac and can be a 30amp breaker,it can be as a little as 20 or 15amp as a minimum,with 24v DC Battery Back-Up. Must have a minimum of two (2) 12v batteries and Solar Power battery recharging capable. Power Plug for generator operation, optional. The electric motor shall be sufficiently sized with the existing power source for the expected number of Barrier operations. 5.5 Frequency of Operation. Barrier shall be continuous operation and capable of approximately 120 complete open/up or closed/down cycles per hour. 5.6 Electrical Boards should be tested to operate in a temperature range from -40?F to 120?F without less that 5% decrease. 6.0 CONTROL AND LOGIC CIRCUITS: The following control circuits and stations shall be furnished for each location: 6.1. Control Circuit. A control circuit shall be provided to interface between all Barrier control stations and the electrical power unit. This circuit shall contain all PLCs, relays, timers and other devices necessary for the Barrier operation and be able to interface with the local security system. 6.2 Voltage. The control circuit shall operate from approximately a (120 volt, 50/60 Hz). Have an internally mounted transformer if needed to reduce to 24 VDC for all external control stations, if needed. 6.3 Power Consumption. The control circuit power consumption shall not exceed approximately 250 watts basic load, plus 200 watts for each Barrier in the system. 6.4 Construction. The control circuit shall be mounted in a weather proof enclosure. All device interconnect lines shall be run to terminal strips. 6.5 Standard Remote Control Station. A standard remote control station shall be supplied to control the Barrier operation. This panel shall have a key lockable main switch. Buttons to open/raise or close/lower the barrier shall be provided. 6.6 Construction. All connection points shall be clearly identified and coded to the applicable drawing. 6.7 Breach Protection. Shall operate on 24 volts built-in system brake as 120 volt or battery power is present. 6.8 Shall have a reversing/safety loop, leading reversing edge, infra-red reversing beams. 6.9 Position Indicating Lights. The Barrier shall be supplied with a limit switch to actuate when the Barrier is in the open/up position and securely in the closed/down position. The limit switch shall operate panel lights to indicate the Barrier secure and not secure condition. 6.10 Loop detection system shall be configured to be able to detect a small motorcycle or large vehicles with body lifts of 20 inches or more. Loop detection system shall be engineered to close between each vehicle. 7.0 BEAM LOCKING METHOD: The following Barrier locking device(s) shall be furnished: 7.1 When Barrier is in the closed/down position during normal operation it shall have a locking device installed preventing the barrier from opened/rising by manual force. 7.2 Manual Locking Pin/Device. The Barrier shall be provided with a locking device with padlock locking point to secure the Barrier in the guard position. 8.0 QUALITY ASSURANCE PROVISIONS: 8.1 Testing. Upon completion, the Barrier system will be fully tested on site to ensure installation has been in accordance with all certification requirements. 8.2 Identification. A nameplate with manufacturer's name, model number, serial number and year built shall be located on each Barrier structure for future identification. 8.3 Warranty: 100% coverage for a minimum of a one year warranty is required with the option of continuing a maintenance contract for follow on years. 8.4 Provide complete operational instructions, Start-up and Trouble-shooting manuals. 9.0 MISCELLANEOUS REQUIREMENTS: 9.1 (2)Two of the existing Drop Arm Crash Barriers will be required to be moved back approximately 25 feet from the current location upon replacement with new equipment. Contractor will be required to provide submittals to the Contracting office prior to the start of work. 9.2 All field layout drawings for the replacement of the current equipment will need to be provided at the earliest convenience of installer. 9.3 Awarded company shall remove all existing drop arms and pump units in preparation for the installation area as required to accommodate for the installation of new equipment. All removed equipment will be required to be disposed of by installer. 9.4 If required, all foundation holes filled with material of the same as surrounding pavement construction. 9.5 All CAC readers will be disconnected and reconnected by ADT, awarding company will need to make arrangements with ADT for the removal and reinstallation of CAC readers at each site. 9.6 Barrier shall be of design and appearance appropriate for vehicle entry points to a professional, business-like complex. Barriers deemed to be aesthetically and functionally inappropriate to include but not limited to pop-up, pop-up bollards and wedge type barriers will not be considered. RFI QUESTIONS 1. What electrical (voltage) connectivity is available? A. 120 Volt 2. What is the existing control panel configuration as none are specified in the RFP? The existing control panel will need to be replaced, as for the configuration of the control panels currently in place, Delta Scientific should have that configuration. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/55CONS/F3HSE17222A001/listing.html)
 
Place of Performance
Address: 901 SAC BLVD BLDG 500 OFFUTT AFB NE
Zip Code: 68113
Country: UNITED STATES
 
Record
SN01408285-F 20070916/070915205459 (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.