Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2010 FBO #3093
SOLICITATION NOTICE

23 -- Request for Quote, Customized Trailer with Accessories, Montana Army National Guard

Notice Date
5/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441210 — Recreational Vehicle Dealers
 
Contracting Office
USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
 
ZIP Code
59604-4789
 
Solicitation Number
W9124V-10-T-5008
 
Response Due
5/25/2010
 
Archive Date
7/24/2010
 
Point of Contact
Bryan Baldwin, 406 324 3410
 
E-Mail Address
USPFO for Montana
(bryan.j.baldwin@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for 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; proposals are being requested and a written solicitation will not be issued. This request is a hundred percent set aside for small business concerns. The NAICS code is 441210 and size standard is less than $24.5 Million. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, Effective 1 June 2008 & Class Deviation 2005-00001. Offers shall propose a fixed price for: (1) one customized trailer conforming to the below specification (2) shipping (FOB Destination). Delivery will be to Fort Harrison (1956 Mt Majo Street, Fort Harrison, MT 59636-4789). Customized Trailer with Accessories: A. The Montana National Guard anticipates purchasing 1 trailer conforming to the below specifications. The equipment must meet the following minimum requirements: 1. Interior Layout A. The interior of the vehicle will be made up of two (2) separated areas. B. The forward area of the vehicle will serve as the Command Area and includes the following: 1. Three (3) fixed workstations 2. Overhead aluminum cabinetry 3. One (1) sliding egress window 4. One (1) 16U electronics data rack C. The rear area of the vehicle will serve as the Storage Area and includes the following: 1. Storage for Gator UTV (with floor anchor points) 2. Fold down ramp 3. Two (2) fold down workstations 4. Two (2) sliding egress windows 2. Vehicle Chassis A. General Specifications 1. 2009 Steel 22 foot Double Axle Trailer 2. Axles: Dual 5200 lb Torflex axles 3. Frame: Steel 4. Brakes: Four (4) electric brakes 5. Tires: 225/75D15 tires with spare 6. Wheels: 15 inch steel wheels 7. Coupler: 2-5/16 Bumper Pull 8. Trailer color: Dark Blue (GSA Blue) B. Vehicle Body 1. Aluminum.030 inch panels with hat posts every 16 inch on center. 2. All framing and structural supports will be welded in accordance with the current standards as set forth in the American Welding Society Code. 3. The front of the trailer will come equipped with a tongue jack with a foot plate. C. DOT Lighting 1. All DOT lighting (brake, turn, parking, clearance, and marker) will meet or exceed FMVSS 108. D. Main Body Dimensions 1. Overall Length: 26 feet 2. Interior Box Length: 22feet 3. Interior Box Height: 7 feet 4. Interior Box Width: 8 feet E. Weight Calculations 1. Gross Vehicle Weight: 10,400 lbs. 3. Doors and Windows A. Entrance Doors 1. One (1) 32 inches wide by 72 inches tall aluminum entrance door with tinted DOT approved safety glass windows will be installed in the front Command Area of the vehicle. 2. The door will be accessible by one (1) non-slip step. 3. The rear of the trailer will be accessible via one (1) 8 feet wide aluminum ramp to facilitate entry into the Storage Area of the vehicle. B. Pocket Door 1. One (1) pneumatically assisted aluminum pocket door will be installed in the mid wall to separate the two (2) areas of the vehicle. 2. Mid wall door will be installed on heavy duty aluminum track with a minimum of two (2) four-wheel roller trucks. 3. The sliding pocket door shall be held in both the open and closed position by a three-way grab catch. C. Compartment Doors. 1. Compartment doors will be equipped with lockable handles. 2. All compartments will be accessible at all times and in all configurations. 3. Doors will be equipped with locks and matching keys where possible. D. Windows 1. Three (3) 18 inch x 24 inch radius cornered egress windows fabricated from an extruded aluminum frame and DOT approved tinted safety glass will be installed in the trailer. a. One (1) window will be installed in the Command Area. b. Two (2) windows will be installed in the Storage Area. 4. Compartments A. Storage Compartments 1. One (1) storage compartment will be fabricated to prevent odors from stored materials from entering the main body of the vehicle. 2. The compartment will include a venting system to allow fresh air ventilation. B. Generator Compartment 1. Walls and ceiling of generator compartment will be fabricated from.090 inchaluminum sheet, welded and sealed to prevent carbon monoxide from entering the main body of the trailer. 2. Floor of compartment will be fabricated from aluminum and will be from open to allow for exhaust system and air intake for generator set. 3. The generator compartment shall include a custom vibration insulated generator mounting base to minimize vibration transfer between the generator set and the main body of the vehicle. 4. The compartment will be fabricated with thermal and sound deadening materials to minimize the transfer of heat and sound into the main body of the vehicle. 5. Exterior Features A. Awning 1. One (1) 12 foot Manual awning will be installed on the curbside of the vehicle. All hardware will match the exterior trim of the vehicle. B. Exterior Lighting 1. Four (4) 50W Halogen exterior perimeter lights will be mounted outside the vehicle. a. Two (2) lights will be mounted on the curbside. b. Two (2) lights will be mounted on the street-side 2. Light switches will be located on switch panels mounted adjacent to the forward entry door in the interior of the vehicle. 6. Roof A. The roof will comprised of solid aluminum with.035 inch skin. B. Roof Coating 1. The finished roof will consist of no less than three (3) coats of highly flexible UV-reflective latex elastomeric roof coating consisting of a self-etching primer and a hi-hide, white top coat. 2. The roof coating is applied at a minimum rate of 1.9 gallons per 100 square feet, per coat, for optimal thermal and weather resistant properties. 3. Evidence from customers utilizing this technology suggests that interior unit temperatures run approximately 5-10 degrees Fahrenheit lower when HVAC systems are not in use then similar units w/o the roof coating technology. 7. Interior Features A. Walls 1. Interior walls will be fabricated from 3/8 inch plywood screwed to the vertical support structure. 2.The walls will be finished with commercial grade fabric on the lower portion and 1/8 white Luan paneling on the upper portion. B. Ceiling 1. 3/8 inch plywood is wrapped with commercial grade fabric and then secured to the ceiling support structure as removable panels for future access and ease of wiring runs and expansion. C. Insulation 1. The vehicle walls and ceilings will be insulated with aluminum foil backed high density urethane rigid foam paneling to provide a minimum insulation value of R-9. D. Flooring 1. The floor shall be constructed of inch sealed plywood coated with latex and fastened to the base framework with zinc-coated wafer-head fasteners secured along a 12 inch grid. 2. Fastener heads shall be sunk flush into the face of the plywood and puttied. 3. The floor will be finished with a commercial grade heterogeneous resilient sheet vinyl rubber flooring with skid and wear resistant properties. E. Raceways 1. Critical wiring can be accessed through wiring chases running the full length of the curb and street sides of the vehicle. 2. All wiring chase covers will be fabricated from 3/8 inch plywood covered with commercial grade fabric to match other interior fabric. F. Whiteboards 1. Three (3) dry erase whiteboards will be installed throughout the Command Area of the vehicle. G. Time Sources / Display Clocks 1. One (1) clock will be installed in the Command Area of the vehicle. 2. One (1) clock will be installed in the Storage Area of the vehicle. 3. Clocks will automatically set themselves from the US Atomic Clock at the National Institute of Standards and Technology. 4. Clocks will display the time, date, indoor and outdoor temperature. H. Mid Wall 1. One (1) mid wall will be installed between the Command and Storage Areas of the trailer. a. The mid wall will be finished to match the interior of each section of the trailer. b. The mid wall will contain one sliding mid wall door that will retract inside the mid wall when open. c. The mid wall door will be finished to match the interior of each section and will include heavy duty locking pull. No gaps shall be visible between compartments when door is closed. d. Mid wall door will be installed on heavy duty aluminum track with a minimum of two (2) four-wheel roller trucks. e. The sliding pocket door shall be held in both the open and closed position by a three-way grab catch. I. Interior Lighting 1. Lighting design will provide for non-generator powered lighting and allow for red only illumination for night time operations. 2. Six (6) 12V overhead red/white dome lights will be installed in the interior of the vehicle body. a. Overhead dome lights will be grouped with individual switches located in each area of the unit. 3. Six (6) 12V 5700 Lumen recessed fluorescent light fixtures will be installed throughout the vehicle to provide environment light. a. Each light will have extruded anodized aluminum housing and an injection molded acrylic lens to diffuse light. 4. Three (3) individually controlled 12V task lights will be installed in the main body of the vehicle. a. One (1) light will be installed above each fixed workstation. 8. Electrical System A. Power Distribution 1. 120/240V AC System a. The 120/240V power distribution panel shall consist of one (1) powder coated steel load panels equipped with 120/240V, 125 amp, single-phase, three-wire service. b. All 120VAC and/or 240VAC circuit breakers will be appropriately sized for the power requirements of each engineered circuit. c. AC power to the load panel shall be controlled through one (1) 50A automatic transfer switch managing power delivery from either the shore power inlet or the onboard generator. d. Six (6) 110V duplex outlets will be installed throughout the vehicle with a minimum of one (1) 110V duplex outlet installed at each workstation. e. Two (2) 110V GFCI duplex outlets with weatherproof covers will also be installed on the exterior of the vehicle. 2. 12V DC System a. One (1) 12V DC distribution panel will be installed in the vehicle. b. All 12V DC circuit breakers will be resettable and appropriately sized for the power requirements of each circuit. c. A battery system with two 12V DC deep cycle lead acid batteries shall be wired in parallel to provide a minimum of 210 Ah of 12V DC power. d. A 2-Gauge minimum copper stranded battery cable will be used for the 12V DC main supply lines. e. One (1) 80A converter shall be directly connected to the system to provide both the primary source of 12V DC power for the vehicle systems as well as providing a charge to the battery bank. f. One (1) 12V DC master disconnect switch will be installed in the trailer. 3. Vehicle Wiring a. All electrical circuits and appliances will be UL listed and conform to applicable national electric codes, NEC and FMVSS regulations. b. The vehicle will be wired for 120/240V AC, 12V DC, voice, data, and video. c. All wiring will be separated in relation to application and will feature separate and distinct 120V/240V and 12V control panels and circuit breakers. d. All wiring will be run behind vehicle walls with access points clearly marked and engineered for ease of replacement or additions. e. Where wire passes through a bulkhead, body member or sheet metal, it shall be protected by plastic or rubber grommets or conduit. All wires and looms will be routed to assure that they do not abrade or be damaged by any part of the chassis, engine or body. f. Wire and circuit breaker size will be sized as follows: Minimum Wire Size Max Circuit Breaker #18awg 5 amps max. #16awg 10 amps max. #14awg 15 amps max. #12awg 20 amps max. #10awg 30 amps max. #8awg 50 amps max. 4. 120V AC System a. All exposed main wiring will be stranded THHN wire run in nonmetallic liquid-tight conduit within the generator. All other exposed main wiring will be 6/3 cable. b. Branch circuit wiring will be solid THHN wire run in metallic MC conduit. c. All electrical circuits and appliances shall conform to applicable national electrical codes. d. 120V AC wiring schematics will be provided in the owners manual. 5. 12V DC System a. The complete 12V DC wiring system and electrical appliances shall conform to modern automotive standards throughout the installation. b. All circuits shall be engineered with at least a 125% margin of safety. c. Main supply lines shall be a minimum of 2-gauge copper multi-stranded battery cable enclosed in a heavy duty PVC jacket. d. Where cabling passes through sheet metal, bulkheads and structural supports, plastic grommets will be used to protect cabling. e. Cabling will be supported on minimum 12 centers. f. All wiring will be bundled, tied, trimmed, and numbered or lettered at terminal ends and protected from chafing and abrasion. g. 12V DC wiring schematics will be provided in the owners manual. 6. Shore Power Inlet a. One (1) 50A 125/250V power inlet will be installed on the street side of the vehicle. 8. Generator A. Generator: One (1) 7KW HGJAD 120/240V Commercial Mobile gasoline generator will be mounted in a sound and vibration insulated generator compartment in the rear of the vehicle. A remote start panel with hour meter will be installed inside the vehicle to support the generator. The generator set will include the following features: 1. Mechanical governor adjustable from service side 2. OHV engine 3. 4-point mounting system with coil spring vibration isolators 4. Universal mounting tray with structural capability to support the generator set in commercial mobile applications 5. Instant one touch stop switch 6. Integral USDA Forest Service-approved spark-arrestor muffler 7. Electronic ignition 8. Intake silencer 9. Hour meter 10. Battery charging - 5A 11. Digital voltage regulation 12. Low oil pressure protection 13. Waterproof remote connector 14. Low power factor field over-current protection 15. Heavy-duty solenoid shift starter 16. Pressurized Thru-Flow cooling system B. A remote start panel with hour meter will be installed in the interior of the main body of the vehicle. C. Generator Fuel Consumption 1. 0.42 gallons/hour at 25% load 2. 0.73 gallons/hour at 50% load 3. 1.22 gallons/hour at 100% load D. Generator Fuel Supply 1. One (1) 31 gallon fuel fill tank will be installed on the chassis to provide an onboard fuel supply exclusively for the generator. 10. HVAC A. The vehicle will be cooled with two (2) 110V AC, 60HZ, single phase roof mounted high efficiency AC units with a cooling capacity output of 13,500 BTU per unit. 1. Each unit will be equipped with a 1/3 HP fan motor which delivers cool air at 320 CFM. 2. Wall mounted thermostats located inside the vehicle will control each of the HVAC units. B. The vehicle will be heated through the use of three (3) 1500w fan forced heaters designed to provide efficient localized heating capacity. 1. Electric heaters will include wall mounted variable temperature controls. 11. Safety Features A. All safety features, equipment and accessories will be clearly labeled for easy identification. B. Smoke Detectors 1. One (1) NFPA and UL approved combination smoke and carbon monoxide detector will be installed in the Command Area of the vehicle. 2. One (1) NFPA and UL approved combination smoke and carbon monoxide detector will be installed in the Conference Area of the vehicle. C. Fire extinguishers 1. One (1) NFPA and UL approved five (5) pound dry chemical fire extinguisher will be installed in the Command Area of the vehicle. 2. One (1) NFPA and UL approved five (5) pound dry chemical fire extinguisher will be installed in the Conference Area of the vehicle D. Safety ID Plaque 1. One (1) safety plaque will be installed on the vehicle. 2. Safety plaque will be fabricated from galvanized metal approximately 0.81mm thick. 3. All information will be inscribed in such a manner that the legend will be discernible if inadvertently painted over in the future. 12. Workstations A. Command Area Workstations 1. The Command Area of the vehicle will be equipped with three (3) independent workstations. 2. All workstations will be fabricated from maple veneer plywood and MDF with HD laminate tops. 3. Countertops will include vinyl T-molding. 4. Countertop supports will be fabricated from powder coated 1 foot x1 foot x 1 1/16 feet continuously welded tubular steel. 5. Powder coating will be black wrinkle coat. 6. All workstation will be equipped with dry erase surfaced aluminum overhead cabinets. 7. Each workstation will be equipped with one (1) rolling task chair secured with secure travel mounts. B. Storage Area Workstations 1. The Storage Area will include two (2) fold-down workstations. 2. All workstations will be fabricated from foot maple veneer plywood and foot MDF with laminate tops. 3. Countertops will include vinyl T-molding. 4. Countertop supports will be fabricated from powder coated 1 foot x1 foot x 1 1/16 feetcontinuously welded tubular steel. 5. Powder coating will be black wrinkle coat. C. Overhead Cabinets 1. The Command Area workstations will include overhead cabinetry. 2. All cabinetry will be fabricated from powder coated aluminum with the following minimum specifications: a. Aluminum panels will be 5052-H32 alloy, extrusions will be prime billet 6063-T5 or T6 alloy with principal walls no less than.090 thick. b. All fasteners are zinc plated stainless steel or aluminum. c. Cabinet latches are cast zinc with polyester powder coat finish. d. Hinges are continuous extruded aluminum and shelf brackets are zinc plated. e. All sheet components will be CNC punched from new sheet aluminum and coated with baked on polyester powder coat after forming and fabrication. f. All aluminum extrusions receive 204-RI Class 2 Architectural clear anodized finish. g. Cabinet frames are fabricated from.090 wall extrusions with square cut and coped ends to conceal cut aluminum edges. h. Miter/folded joints are not to be used. i. Joints are secured with self locking nut and bolt hardware. j. All frame components are owner replaceable. k. All fasteners will be self locking. l. Overhead doors are equipped with a mechanical folding hold open mechanism to automatically hold door to an approximately 85 degree opening. m. Door will be equipped with full length pivoting handles with self-latching independently sprung latch mechanisms. n. Shelves (if applicable) are constructed from.090 mill aluminum and all sides are hemmed over to prevent sharp edges from being exposed. o. Shelves will include adjustable mounting bracket and securing screw. p. Shelf shots to be punched in side panel, or attached internal bracing. q. All overhead cabinet doors will be finished with dry erase powder coat finish. 13. Phone Communications A. The vehicle will be wired to support four (4) incoming and four (4) outgoing telephone lines. B. All phone lines will be accessible through the exterior I/O Patch Panel. C. All phone cabling will be Cat5e. D. Twelve (12) phone communication ports will be installed in the vehicle. 1. One (1) phone port will terminate at each Command Area workstation for a total of four (4). 2. Eight (8) phone ports will terminate in the I/O Communications Patch Panel. 14. Data Communications A. The data communications network will be housed in one (1) 16U, locking 19 EIA compliant enclosed and ventilated server cabinet. B. All data cabling and accessories will be Cat5e. C. Seven (7) data communication ports will be installed in the trailer. 1. One (1) data port will terminate at each workstation for a total of three (3). 2. Four (4) data ports will terminate in the I/O Communications Patch Panel. 15. Communications I/O Panel A. One (1) Communications I/O Panel will be fabricated from.125 inch aluminum and installed in the street side of the vehicle to provide phone and data service to facilitate the hard wired distribution of communications signals. The I/O panel is equipped with two (2) modular faceplates. The faceplates will provide for phone In/Out, data In/Out, and audio/video distribution. 1. Patch panel will include a full length stainless steel side hinge. 2. Panel modules will include aluminum backer plates with thumb screws for easy access to cabling. 3. Panel modules will include engraved cover plates to clearly identify each module and individual controls. B. The panel will also include a 83rd CST supplied TDIS box. 16. Audio Video System A. Television Monitors Mounts 1. Two (2) LCD monitor mounts will be installed in the trailer for future additions of LCD monitors. a. One (1) mount will be installed in the Command Area. b. One (1) mount will be installed in the Storage Area. 2. Each LCD monitor area will include an audio/video network prep package. a. This will include one (1) AC power duplex outlet and one (1) RCA cable faceplate with the RCA cable run to the data rack. B. Instructions: a.Appropriate tags and warning labels shall be affixed where necessary for safety and ease of operation. b.A minimum of one operators manual shall be delivered with the system containing information on operation, maintenance, troubleshooting and replacement parts. C.Testing and Warranty: All equipment shall be factory assembled, thoroughly tested and backed with a standard factory warranty. D.Offeror must include shipping and delivery fees. The provision of 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items (April 2002) applies to this RFQ. 52.212-3 Alt I clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Evaluation-- Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical Capability. Offerors will submit technical specifications of the product, to include warranty information, with the quote. If products from offerors are found to be technically equivalent, price will be the determining factor. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.204-7 Central Contractor Registration APRIL 2008 52.211-6 Brand Name or Equal AUGUST 1999 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items APRIL 2002 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) JUN 2008 52.219-6 Notice of Small Business Set-Aside JUN 2003 52.219-28 Post-Award Small Business Program Representation JUN 2007 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with Diabilities JUN 1998 52.222-50 Combating Trafficking in Persons AUG 2007 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-2 Clauses Incorporated by Reference FEB 1998 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.211-7003 Item Identification and Valuation AUG 2008 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.225-7000 Buy American ActBalance of Payments Program Certificate JUN 2005 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Transportation of Supplies by Sea MAY 2002 You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Offers must be submitted by hard copy to the USPFO for Montana, ATTN: CPT Bryan Baldwin, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789, no later than May 26, 2010 by 4:00 P.M. Mountain Standard Time. If you have any questions, please contact CPT Bryan Baldwin at 406-324-3410 or email bryan.j.baldwin@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-10-T-5008/listing.html)
 
Place of Performance
Address: USPFO for Montana P.O. Box 4789, Helena MT
Zip Code: 59604-4789
 
Record
SN02146912-W 20100514/100512234501-e6555497d5709759616192a3fe9e067b (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.