Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
SPECIAL NOTICE

99 -- Remanufacture/modify FTI Glider Kit

Notice Date
9/25/2007
 
Notice Type
Special Notice
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
USA-SNOTE-070925-010
 
Archive Date
12/24/2007
 
Description
This is a combined synopsis/solicitation for Remanufacture/modify FTI Glider Kit, Fort Campbell, Kentucky - Commercial Items 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; quotes are being requested and a written solicitation will not be issued. Solicitation Number W91248-07-Q-0116 is issued as a Request for Quotation (RFQ). The governments intent is to purchase this i tem on a sole source basis from Crash Rescue Equipment Service, Dallas, Texas. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19, dated 17 August 2007. NAICS is 336211; busi ness size is 500 Employees. Requirement is 100% setaside for Small Business Concerns. Description of Items Requested: Line Item 0001, Remanufacture/modify 1500 gallon water capacity ARFF VEHICLE with the base apparatus supplied by manufacturer, ready for use, meeting the minimum requirements listed in the attached Scope of Work; 1 Each. Offers are due not later than 28 September 2007; 9:00 PM CST. All responsible concerns may submit a quote that will be considered by this agency along with descriptive li terature and documentation showing the ability to meet the requirement as defined in the scope of work. The following provisions and clauses are applicable to this acquisition: 52.212-1, Instructions to Offerors  Commercial (Jan 2005); 52.212-4, Contrac t Terms and Conditions  Commercial Items (Feb 2007); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items (Jun 2007), the following apply under this clause: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt 1 (Oct 1995); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-3, Convict Labor (Jun 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52 .222-26 , Equal Opportunity (Mar 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 (Jun 1998); 52.222.39, Noti fication of Employee Rights Concerning Payment of Unions Due or Fees (Dec 2004) 52.225-13, Restrictions on Certain Foreign Purchases (Feb. 2006); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003); other applicable clauses include 52.211-6 Brand Name or Equal (Aug 1999); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items (Jun 2007) (DEVIATION); 252.212-7001, Contract Terms and Conditions Required to Impleme nt Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Apr 2007), the following apply under this clause: 52.203-3, Gratuities (Apr 1984); 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991); 2 52.225-7001, Buy American Act and Balance of Payments Program (Jun 2005); 252.225-7012, Preference for Certain Domestic Commodities (Jan 2007); 252.225.7021, Trade Agreements (March 2007); 252.225-7036, Buy American Act  Free Trade Agreements  Balance o f Payments Program (March 2007); 252.232-7003, Electronic Submission of Payment Requests (Mar 2007); 252.232.7010, Levies on Contract Payments (Dec 2006); 252.246-7003, Notification of Potential Safety Issues (Jan 2007); 252.247-7023, Transportation of Sup plies by Sea (May 2002); 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000). Other applicable clause includes 252.211-7003, Equipment Identification and Valuation, 2005. A completed copy of the provision at 52.212-3, Offeror Repre sentations and Certifications  Commercial Items (Nov 2006) and 252.212-7000, Offeror Representation and Certification  Commercial Items (Jun 2005) shall be su bmitted with the quotation; Access the Directorate of Contracting website at https://doc.campbell.army.mil/ to review the Scope of Work. One award will be made to the lowest priced technical acceptable offeror; offeror must meet or exceed the salient char acteristics listed in the scope of work. Facsimile quotations are acceptable at (270)798-3987; mailing address is Directorate of Contracting, 13 1/2 Street, Building 2176, Fort Campbell, Kentucky, 42223. All contractors must be registered in the Departm ent of Defense Contractor Registration (CCR) database prior to any contract award. Any questions concerning this acquisition can be directed to Angela Jacobs (270) 798-0380, angela.jacobs@us.army.mil. SCOPE OF WORK SCOPE: The vehicle to be remanufactured, upgraded and modified will be a Government-furnished Titan 1500. The purpose of this project is to extend the useful life of this unit for an additional ten years by upgrading the fire suppression capabilities, an d correct numerous deficiencies that have developed through routine use. It shall be the contractors responsibility to repair and correct any and all systems that would hinder or interfere with the use of the vehicle. It shall also be the contractors r esponsibility to assure that the repairs, modifications and upgrading procedures are in full compliance with the intended use of the vehicle. Systems include: Weight, frame, drive train, tires, springs, brake system, air system, transmission, engine, fuel system, cooling system, exhaust system, apparatus electrical system, fire pump system, water tank, foam system, roof turrent & nozzle, bumper turrent and nozzle, structural firefighting panel, handlines, cab & body, body & metal finish, winterization, su pplemental electrical, illumination lighting & enhanced visibility package, warning siren, warning lights, and secondary agents. All work shall be performed in accordance with most current NFPA 414 Standard for Aircraft Rescue and Fire-Fighting Vehicles. Intended Use of Vehicle: The vehicle is primarily used in rescue operations and in combating fires resulting from an aircraft ground emergency. It may also be used for other fire protection assignments necessary in airport operations. Fire Suppression Characteristics: The remanufactured vehicle shall possess the mobility and fire suppression system performance capabilities recommended and acceptable for the Class vehicle required. It shall be capable of carrying a minimum of 1500 gallo ns of water and 200 gallons of AFFF 3 percent concentrate for supporting the water capacity. O&M Manuals: The contractor shall supply along with the completed remanufactured vehicle, two (2) copies of each of the following manuals: Operators Manual; Service Manual and Parts Manual. These manuals may be reproductions of the OEM manuals with new/replaced sub-components identified either at appropriate insertion points or as part of a separate package of material. Testing: The completed unit shall be tested and inspected in the presence of designated government representative. Warranty: The warranty shall be one (1) year from the written acceptance of the completed unit for all unit components excluding wheels an d tires. Said warranty shall cover all parts, labor and any other related costs. Completion Schedule: The remanufactured vehicle will be completed within 190 days from the authorization to proceed.
 
Record
SN01420306-W 20070927/070925224925 (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.