Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
MODIFICATION

34 -- CANINE TRANSPORT KENNEL

Notice Date
8/18/2010
 
Notice Type
Modification/Amendment
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MARSOC CONTRACTING OFFICE, BLDG 1116, CAMP LEJEUNE, North Carolina, 28542
 
ZIP Code
28542
 
Solicitation Number
H92257-10-Q-0022
 
Archive Date
9/2/2010
 
Point of Contact
William B. Simpson, Phone: 9104400700, shane d. oltman, Phone: 9104400774
 
E-Mail Address
william.b.simpson@usmc.mil, shane.oltman@usmc.mil
(william.b.simpson@usmc.mil, shane.oltman@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items/services 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. Solicitation number H92257-10-Q-0022 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 and DFARS Change Notice DCN 20100628. The proposed acquisition is restricted to total small businesses. The associated NAICS code is 336211with a standard business size of 1000 Employees. A Firm Fixed Price (FFP) contract is contemplated. Marine Corps Special Operations Command, Camp Lejeune North Carolina, has a one-time requirement to procure: CLIN 0001: CRATE MOUNT BOX TRUCK TOPPER. Qty: 2 U/I: EA 1. The Contractor shall provide two MPC transport / truck mounted boxes (truck topper) with the following specifications: a. System must mount to a standard 8 ft pickup bed. b. Must be capable of transporting four (4) Military Canines, each in a separate stall. c. System must allow for storage in the truck bed and have lockable storage built into the truck mounted box. d. The box must be entirely constructed of stainless steel. e. The box will include a luggage rack, an interior light in the storage area and LED red strip light on back. f. Each canine stall will have: (1) A rubber mat (2) A High CFM fan (800 CF per hour) (3) An interior light (4) A bedding board (5) A safety Catch (secondary lock on the exterior door.) (6) Interior dimensions will measure 24" wide x 37" deep x 34" tall. (7) A temperature sensor with a visual display in the truck cab and a high temperature alarm both in and out of cab. g. Truck top mounted boxes will be shipped to Camp Lejeune. CLIN 0002: CHASSIS MOUNTED 8 STALL CANINE TRANSPORTER Qty: 1 U/I : EA 2. The contractor will provide one chassis mount MPC transport system to meet the following specifications: a. Truck Chassis: Eight (8)-Stalls will measure a minimum of 24" wide x 37" deep x 34" tall each, with expanded metal above for venting, but no direct contact between kennels and vent door across top of kennel. b. Vent doors should extend the same length as the kennels, but not intersect with the A/C generator compartment. c. Rear closet for Generator, with doors on both sides and a rear roll up door to allow access to Generator and batteries for maintenance. Door will be keyed. Generator will be accessible from any maintenance point. d. Lower Storage boxes from bottom of kennel to bottom edge of cab excluding wheel well area, they will extend from the cab to the rear bumper. Slam shut doors, with cables door stops. Doors will have a 3/8" snap eyelet mounted to the storage box that protrudes through the door allowing the use of a padlock for security. e. Body Length not to exceed 10 feet, excluding bumper. Box shall be mounted to a Ford F-550. f. Height from ground to top of shelter should not exceed 8 feet. g. Stainless steel outer skin, minimum 24 gauge, type 304 stainless steel. h. Stainless steel inner skin, minimum 24 gauge, type 304 stainless steel. i. Body skirt and storage compartment doors to be constructed of a diamond plate stainless steel plating. j. Full insulation (polyisocyanurate insulation). (1) 2" insulation under floor of kennels. (2) 4" insulation above kennels. (3) 1"-2" insulation on front of shelter. (4) 2" insulation between rear kennels and rest of shelter. k. Stainless steel door hinges on kennels. (1) One (1) hinge the entire height of the door. (2) All hinges on ‘cab side' of door. (3) No door seals. (4) Doors will have rubber stops. (5) No ‘metal to metal' sound when doors closed. l. Slam shut door latches, extra heavy duty. m. Directional arrow bar mounted on the back of the shelter with controls in the cab. n. All LED tail, back up and marker lights which meet NC DOT regulation. (1) Two (2) sets of turn signal/brake/back up lights: (a) One (1) set mounted above the bumper. (b) One (1) set below the top edge of the shelter. o. Interior lights in storage compartments and stalls. Cut off switch in cab. (1) Storage compartments get (Name Brand or Equal) Grote product number 61391. (2) Kennel stalls get (Name Brand or Equal) Grote product number 61191. p. Work lights on both sides and rear: (1) Lights will be recessed with the top of the light flush with the top of the shelter. (2) Light color will be white. (3) Trapezoid LED High Output Work Lamp. Grote model Trilliant LED (Name Brand or Equal) with Trapezoid output. (a) Total of six (6) lights: (i) Two (2) on each side. (ii) Two (2) across back of shelter. (iii) The lights will be vertically and horizontally adjustable 15 degrees. q. Side and rear lights will be controllable from the cab and from the control panel on the back of the shelter. r. Two (2) plug, 110 watt, 20 amp ac, moisture sealed power outlet on rear of the shelter. s. Two (2) roof mounted exhaust fans powered by the truck for use during transportation. Control switch located in cab. (1) Veterinary requirement for air flow is to turn over the air in the compartment 4 times per hour. If the volume of air in the compartment is 200 cubic feet, then the fans must move 800 cubic feet of air per hour. t. Aluminum roof rack covering entire top of shelter with tie down anchors and 100 lb per square foot weight capacity. u. Two (2) each aluminum ladders for access to roof, mounted on back of shelter. v. Spare tire mounting on top of shelter centered at the back edge of the shelter. w. Tread plate (non-slip) rear bumper. 16" inch steel tread plate bumper, with Class V receiver trailer hitch and 7 pin RV trailer plug. Bumper will be hollow with a lid and gas charged struts. The top of the bumper will support 350 lbs. Bumper interior will contain an automatic water pump (item 24), hose mountings on each end with a shut off valve and 2 each 15' coiled water hoses. x. Automatic water pump, will maintain a minimum 35 psi water delivery when one hose is used, mounted in the rear bumper, pulls water via potable water line from celled water tank to two hose connectors on each side of the bumper. Electrical connection to one of the gel cell batteries so pump will operate without the generator. Cutoff switch located in the rear control panel. y. Gas charged struts on all outer doors. z. Air Conditioning and Heating. (Name Brand or Equal) Thermo King High output Air Conditioning unit with heat option and digital thermostat in cab. Thermostat will be limited to not go below 65° Fahrenheit. BTU based on maintaining temperature of 85° F in direct sunlight with ambient temperature outside of 110° F. A/C unit will be mounted on the front of the shelter at the top. A/C unit must have "forced fresh air setting" allowing forced, non-refrigerated air to be pumped through the shelter while driving. aa. Onan Diesel Generator (Name Brand or Equal) with control compartment for generator and switch panel for all lights. Will have sufficient wattage to support A/C, 6 work lights, battery charger, exterior outlets and cargo lights. Under 500 lb wet weight. 8 KW. Model and part number as a reference, ONAN QD 8000. Ensure generator compartment is ventilated to avoid accumulation of toxic gases. Exhaust will be routed through the roof of the shelter. bb. Two (2) large gel cell batteries. One (1) dedicated to generator and one (1) for pressure pump and cargo lights. Gel Cell required to eliminate the possibility of lead acid battery leaking and causing deadly fumes that will kill the dogs. (1) Volts to meet requirements for Generator Set + 20% increase in cold crank amps. (2) 12 volt, min 600 cold cranking amps for pressure pumps and cargo lights. cc. Built-in battery charger (switchable from trickle charge to rapid charge) connected to both gel cell batteries with exterior male connection to plug into extension cord from building or alternate power source. Plug will be a male outlet on the back of the shelter, on either the same or opposite side as the 110 watt outlet, which ever is closer to the battery compartment. Battery compartment and generator will be accessible through the rear roll up door. Charger will be a permanent fixture. dd. Three (3)" red, reflective lettering "CAUTION MILITARY WORKING DOG" on each side of the shelter near the top edge of the shelter. Centered over the three kennel doors on each side. ee. 40 gallon celled potable water tank - Water tank will be mounted in order to maintain vehicle stability regardless of water level in tank. Requirement is to feed into the electric water pump in the bumper. ff. Kennel Doors (2 piece) will be exterior door made of stainless steel with HD aluminum multi-louver vents and inner bar door. (1) The exterior door from the kennel will have adjustable louvers on the exterior to adjust the flow of air. The inside of the exterior door will have a metal fabric (aluminum screen or similar) that prevents large insects from flying in but doesn't prevent air flow, maximum gap is ¼ inch. Doors will have a 3/8" snap eyelet mounted to the shelter that protrudes through the door allowing the use of a padlock for security. (2) Inside doors will be 3/8 "diameter thick aluminum bars no more than 1 ½" apart. Bar doors are used to keep the dog in the kennel while exterior doors are open to allow maximum air flow. Heavy duty hinges and a latch with a bite guard and secondary locking device that a 3/8" snap will attach to, ensuring the kennel is secure. gg. Pan style stainless steel stall floors with drain hole, constructed of 20 gauge type 304 stainless steel. Stalls will be matted as described in item 35. hh. Relocate the gas receptacle, on the driver's side of the vehicle, to eliminate backwash when filling the vehicle. The gas receptacle shall be at least even with the bottom edge of the last two kennel doors. ii. Heavy duty rubber floor mats in the bottom of each stall. - REMOVABLE. jj. Fenderettes and Mud flaps as dictated by design of the shelter. kk. Rubber grommets and wire protectors on all electrical wiring. ll. Maximum weight of shelter not to exceed 7,500 lbs. mm. Wiring Diagram of entire shelter. nn. User's Manual for all equipment installed on the shelter. oo. Warranty information from Manufacturer on all equipment installed on the shelter to include A/C and Generator Units, chargers, pumps, etc. Delivery: CLIN 0001 shall be delivered to the following location. Traffic Management Office Attn: Freight Traffic Branch BLDG 1119 Ash St Camp Lejeune NC 28542 Pick up: CLIN 0002, The contractor shall be responsible for movement of the vehicle from Camp Lejuene to their facilitiy where the box will be mounted to the vehicle. The Government anticipates award of a Firm Fixed Price contract. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. For this solicitation, the most advantageous offer for the government will be the responsible, lowest-priced, technically acceptable, while basing the final selection decision on a tradeoff between past performance and price considering the following factors: 1. Price 2. Delivery 3. Technical 4. Past Performance Proposals will be evaluated in an efficient and minimally burdensome fashion. The offeror must be acceptable in all factors listed to be considered technically acceptable. The Government will then make award to the lowest priced of the technically acceptable vendor with the final selection decision based on a tradeoff between past performance and price. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far and DFARS website: http://www.acq.osd.mil/dpap /dars/dfarspgi/current/index.html. CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.211-17 Delivery of Excess Quantities (Sep 1989) FAR 52.212-1 Instructions to Offerors Commercial Items (APR 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUN2009) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.232-8 Discount for Prompt Payment (Feb 2002) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) FAR 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Jan 2009) FAR 252.232-7010 Levies on Contract Payments (Dec 06) DFARS 252.204-7000 Disclosure of Information (DEC 1991) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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: technical capability, delivery, and price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.253-1 Computer Generated Forms DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (JUN 2005) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9003 Disclosure of Unclassified Information (NOV 2007) SOFARS 5652.204-9002 Instruction for the Use of Electronic Contracts (NOV 2007) SOFARS 5652.252-9000 Notice of Incorporation of Section K (FEB 2007) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is SSgt Simpson III, William B., telephone (910) 440-0700, RR400 Rifle Range Rd., Sneads Ferry, NC 28460. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Area Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. This combined synopsis/solicitation will not be available electronically on the Navy Electronic Commerce Online (NECO) World Wide Web site (www.neco.navy.mil). All proposals, bids and/or quotes submitted shall be the Contractor's Best Quote as it is the Government's intent to entertain one final quote only; this includes any discounts on volume. Contractors shall submitt all proposals, bids and/or quotes to the MARSOC Contracting Office by no later than August 20 2010 at 4:00 p.m. EST, to be considered for award. Quotes will be accepted via facsimile Attn: Simpson III, William B. (910) 440-1128, or via email william.b.simpson@usmc.mil. Late submissions will not be considered. The burden of insuring the Contractor's quotes are received by this office, within the stated timeframe, is the responsibility of Contractor. Questions, please contact SSgt Simpson III, William B., telephone (910) 440-0700, or via email william.b.simpson@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/MARSOC/H92257-10-Q-0022/listing.html)
 
Place of Performance
Address: Camp Lejeune, North Carolina, 28542, United States
Zip Code: 28542
 
Record
SN02245606-W 20100820/100818235748-b51cce4909e947e71b053332be4c4c98 (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.