SOLICITATION NOTICE
Z -- Refurbishing of existing blood mobile into a mobile optical fabrication lab
- Notice Date
- 9/17/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Fort Sam Houston , Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- DABK33-03-T-0099
- Response Due
- 9/26/2003
- Archive Date
- 11/25/2003
- Point of Contact
- chrissy34, (210)221-5367
- E-Mail Address
-
Email your questions to ACA, Fort Sam Houston
(christina.sylvester@amedd.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA 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 b eing requested and a written solicitation will not be issued. Convert an existing excess bloodmobile to a mobile optical fabrication laboratory to support soldier readiness processing. It may be used at any given Army site that does not have fabrication c apability readily available. The contractor shall provide a conversion process plan that uses the most efficient and effective methods to convert the bloodmobile to the updated mobile optical fabrication laboratory with their pricing. Period of performance is 60 days or earlier from award of contract. Contractor shall perform the work at their place of business. No Government facilities nor Government Furnished Materiel (GFM) will be provided by the Government except for the bloodmobile in its current configuration and condition. Any existing materiel w ith in the bloodmobile shall not be reused in the modification and conversion; and will become the property of the Contractor. The vehicle will be picked up by and returned to the Government by the contractor at their expense to 2050 Worth Road, Fort Sam H ouston, TX 78234. The Contractor must have the experienced personnel, organization, and administrative control necessary to ensure that the services performed meet all requirements specified in the contract to include applicable industry manufacturing and safety standards a nd National Highway Traffic Safety Administration Standards. The Contractor shall not employ any employee of the United States Government or Department of Defense either military or civilian, if such employment would create a conflict of Interest. The Contractor shall not employ any person who is an employee of the Department of Defense, unless such person receives prior approval in writing from the Designated Agency Ethics Official (DAEO). The Contractor shall have a Quality Assurance program in place under which the work is to be performed. Contractor personnel or any representative of the contractor entering a Government facility shall be subject to local security requirements and shall be subject to security checks. Government-Furnished Property: The 1991 bloodmobile as currently configured will be provided as Government Furnished Materiel (GFM) The Contractor shall perform the following major tasks in the modification and conversion of the bloodmobile to the mobile laboratory: Electrical System 120 V AC: -Install (20-25) specification grade, interior duplex wall outlets. Install (1) 220 V AC wall outlet in the front area of the vehicle to support the tint operations. Upgrade existing breaker panel as required. -Install four (4) Coleman (or equivalent), roof mount 13,500 BTU air conditioners with heat strips and condensation drip trays. -All 120 V AC electrical circuits and appliances shall conform to applicable national codes. Interior wiring shall be routed through centrally located trip panels and dropped or raised to meet interior electrical requirements. -Install ten (10) dual bulbs, 48 inch, 120 V AC white fluorescent light fixtures in ceiling. Lights to be controlled by wall mounted switch. Electrical System 12 VDC: -All interior 12 VDC terminals shall be labeled. Circuit breaker functions are to be identified by labels. -Two-gauge copper stranded battery cable shall be used for 12 VDC main supply lines. All cable runs to be full length, no splices. -All added electrical circuits should be protected from excess current by circuit breakers appropriately rated to load. Labels shall identify all circuit breakers. -All wiring shall be protected from chafing or abrasion. Where wires pass through metal, bulkheads or sheet supports, plastic grommets shall be utilized. All wiring shall be supported on 12 inch centers. - The complete 12 VDC wiring system and electrical appliances shall be to modern automotive standards. Extreme care should be taken to provide for easy serviceability. -Extreme care should be taken in the installation to avoid the engine manifold, engine exhaust and muffler, which could expose the wiring to server overheating during long periods of operation. Proper insulation and heat deflection panels shall be installe d in such areas. -Prewire for three (3) desk phones. Driver/Passenger Cab: -Cab sub ceiling shall be white. -Cab door shall have glass and lighted step well. -Install heavy-duty stainless steel grab handles at door. -Install one (1) dome light in ceiling area. Floors, Ceiling and Walls: -Entire interior cabinets, walls, ceiling and flooring Material will be removed from the unit in preparation for conversion to mobile laboratory. -Insulate walls and ceiling for maximum R-value and sound deadening. -Cover interior body side post for sub wall with LIZ plywood. Cover sub wall in Wilson art laminate. Color should be white or similar light color. -Cover plywood flooring with Endura Rubber flooring. Cabinets and work stations: -Install interior storage cabinets, counters, and workstations as shown in the drawings. -Cabinets and countertops are ???? inch lumber core plywood covered in Wilson art laminate. Color to be white or other light color. -All cabinet interiors shall be covered in Wilson art white cabinet liner. -All cabinets are to be glued and fastened together. No exposed fasteners are acceptable. -All cabinet doors and drawer fronts shall be fixed with latches. All drawers shall use heavy-duty ball bearings; double action slides and fixed latches. -Install multi task desk chair per drawings. Bench Seating: -Install bench seating per drawing. All cushions shall be covered in heavy-duty vinyl, color to be determined. Seat bottoms shall have 4 inch foam padding. Seat backs shall have 2 inch foam padding. All foam must meet the requirements of FMVSS 302. All ben ch seats shall have seam stitching with 8 ounce bonded nylon thread. Material comers shall be squared or angled to fit precise cut of foam. Body requirements: - Entire underside of the apparatus body and under structure bodywork shall be sprayed foam insulations for sound deadening. - The final finishing of this vehicle shall be to commercial truck standards. The entire apparatus shall be painted white with polyurethane for high gloss and hard finish. - Entire roof will be inspected and repaired as necessary to ensure no leakage prior to painting. C.4.8 Additional Requirements: -Install two (2) electric heaters with individual thermostat control. -Install a new quality brand name AM/FM/CD stereo radio with eight (8) speakers throughout the interior ceiling. -Install Cat 5 cable from each counter top area (RJ45 wall plate) to computer station for networking. Install a smoke detector, CO2 detector and two fire extinguishers. - Remove existing sink and refrigerator. Replace with new sink and refrigerator along with a mini hot water heater. - Replace damaged or broken leveling systems. -Warranty shall be provided by the contractor to ensure the unit shall be merchantable and fit for the purposes of the Government. The Government is relying on the contractor's skill and judgment in the selection of the unit for the purpose of a mobile opt ical fabrication laboratory. The contractor shall furnish copies of any components that are warranted separately by the manufacturers. Contractor shall be responsible for the actions of its employees and for any damages to Government property. Responses should reference Request for Quotation Number DABK33-03-T-0099. This synopsis/solicitation document incorporates the provisions and cla uses that are in effect through Federal Acquisition Circular 97-02. This is a 100% Total Small Business Set-Aside. The recommended North American Industry Classification System Co de (NAICS) for this procurement is 336211. The following FAR provisions apply to the acquisition: FAR 52.212-1, Instructions to Offers-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; and FAR Clause 52.219-6, Notice of Total Small Business Set-Asi de. The following clauses cited in FAR 52.212-5 are applicable to this acquisition: FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportun ity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Oth er Eligible Veterans; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Act, Alternate 1; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.225-15, Sanctioned European Union Country End Products; and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Full text of provisions and clauses may be accessed electronically at the fo llowing addresses: http://www.arnet.gov/far or http://farsite.hill.af.mil. FAR Clause 52.212-3 must be completed and included with offer. Offers may be faxed on company letterhead to (210)221-4430 ATTN: Christina Sylvester or emailed to christina.sylv ester@amedd.army.mil
- Place of Performance
- Address: ACA, Fort Sam Houston Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
- Zip Code: 78234-5015
- Country: US
- Zip Code: 78234-5015
- Record
- SN00436630-W 20030919/030917213404 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |