Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2004 FBO #0803
SOLICITATION NOTICE

19 -- Fire/Rescue Boats

Notice Date
2/6/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
W914NS-04-Q-0136
 
Response Due
2/23/2004
 
Archive Date
3/9/2004
 
Point of Contact
Michael Bonheim, Contracting Officer, Phone 703-343-9224, Fax 703-343-9227, - Ronald Hirtle, Contracting Officer, Phone 703-343-9224, Fax 703-343-9227,
 
E-Mail Address
bonheimm@orha.centcom.mil, hirtler@orha.centcom.mil
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. *****This solicitation, W914NS-04-Q-0136, is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19 and DFARS Change Notice 20040113. The associated NAICS code is 336611.**** The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for 4 Each 30? FIRE/RESCUE BOAT ? (Color ? red and white) General Description This craft should be designed and built to be a multi-purpose, rapid intervention Fire-Rescue-boat that will provide fire-fighting and rescue capabilities to both marine craft and shore-side installations. It shall have a minimum of 1,500 gallon-per-minute Class "A" shore-side capability via monitor delivery and provides provisions to facilitate dock and shore-side vehicle re-supply. The boat must be very heavily constructed for commercial service of welded marine aluminum so as to withstand rigorous conditions, the use of heavy equipment and beachings without damage. The hull design should be a planing type with modified "V" bottom and full length reverse tangent chines. The boat should be designed for operation in choppy conditions on inland waterways, and also provides a stable work platform when not underway. The boat will have open decks that are self-bailing and coated with non-skid safety surfacing. The pilot house must be fully enclosed and provided 360 degree and overhead visibility. Inside the pilot house is a casualty bench with provisions for a secured stretcher. Desired Dimensions and Performance: Length Overall 30' Beam Overall 9' 11" Height-Overall 8' 9" not including mast assembly Height-Hull Mid-Ship 4' 4" Weight-Light 8,000 lbs Speed ? fast as possible while able to meet pumping capacity Pumping Capacity 1,500 gpm at 100+ psi 2,500 gpm at 90 psi THE CONTRACTOR WILL PROVIDE: Hull A hull design that incorporates the qualities for speed, pumping capacity, comfortable ride and stability. Construction Materials: All plate used in the hull and keel sections is of heavy gauge marine aluminum alloy #5086 producing maximum strength, durability and corrosion resistance. Dive (Rescue) door: A dive / rescue door is to be located on the starboard side and arranged to hinge down at deck level into the water. This door will have a step incorporated into it that can be used when the door is in the water. Workdeck: Cockpit-work deck area will be self-bailing and coated with non-skid safety surfacing. Opening Front Window: The center front window open to allow adjustment of the bow monitor from inside the pilothouse. Hand railings will be provided. Hand rails will be aluminum welded structures which will run continuously on top of both sides and the front of the house and all around the workdeck area. Hand rails will also be installed inside the cabin, on the centerline of overhead, the aft bulkhead, dashboard and both sides. Fendering will be provided. Johnson DB 50 or or equal, black, heavy duty, rubber fendering shall be installed all around sheer and secured with internal aluminum flatbar and stainless steel fastenings. Engines and Pumping System Propulsion Engines: Two Yamaha TXRU 200 horsepower or equal outboard motors (diesel or regular leaded gas ) with 25? extra long shafts. Engines will be equipped with fuel management systems, dual binnacle control head and multi-function instruments including speedometer and tachometer. The propulsion-pumping engine(s): propulsion-pumping engine(s) will be fully marinized, heat exchanger cooled, GM V8 350 cu. in. engine or equal. This engine shall develop a minimum of 320 hp using diesel or regular leaded gas. Engine monitoring gauges in the dash panel include; tachometer, oil pressure, water temperature, fuel, voltmeter and hour meter gauges. There shall be an alarm system indicating low oil pressure and high engine temperature. The Vessel shall be capable of maneuvering while pumping. Volumes and Pressures: Discharge water volume and pressure are tested at the riser to be the following: GPM 1,500 : PSI 100+, GPM 2,500:PSI 90 Fuel Tanks: There shall be two aluminum fuel tanks of 40 gallon capacity (minimum) each. Fuel tanks shall be built and hydrostatically tested to meet Safety Standards For Small Craft specifications. Fuel tanks shall be suitably baffled, fitted with electric level gauges and installed in rubber lined aluminum support system. Fuel Filters: In addition to the standard fuel filters supplied on the engines, there shall be a an additional fuel filter installed in the fuel supply system. This filter shall be fitted with ball valves before and after the filter canister facilitating element replacement. Fire Main System and Discharge Outlets Main Manifold: Fire main manifold system shall be fabricated of 4" I.D. aluminum piping including smooth radius elbows. The system shall be constructed with Victaulic couplings. The manifold shall be design to allow removal of individual parts. The fire main and manifold system shall be fully tested by Quality Assurance specialists prior to installation. Hydrant outlets shall be provided. The stern hydrant shall consists of a 6" fabricated aluminum manifold vertically mounted above the diverter assembly fitted with two, horizontally positioned, full flow, 1-1/2", quarter turn, fire system, ball valves and caps with rocker lugs. Facing aft from near the top of the hydrant is a 5" Stortz fire system coupling. Bow outlets will be provided. The main centerline bow discharge outlet will consists of one 3" valved outlet fitted with a 3" monitor equipped with 2-1/2" adjustable fog and solid stream nozzle. There will be two, side deck mounted 1-1/2", adjustable nozzles controlled with remote valves. These 1-1/2" nozzles provide a full range of spray patterns at 40-60-90-125 GPM and can be disconnected to allow 1-1/2" hose connections for shore pumping supply. All discharge outlets will have coupling adaptors to convert to 2 ? instantaneous couplings Controls and Instruments All controls, instruments, gauges and switches will be mounted so as to be easily operated from the normal pilot's position. All gauges and switches will be labeled in English and Arabic. Pilot Station Controls will be provided for throttle control, bow thruster controls, forward-reverse vessel controls, and steering systems. All cables shall be heavy duty. Instrumentation shall be provided: Engine instruments include: tachometer, oil pressure, water temperature, fuel, voltmeter, and hour meter gauges. Speedometer and a liquid filled Noshock gauge indicating fire fighting manifold pressures will also be provided. Deck Hardware and Fittings Will Include: ? Five heavy duty welded aluminum 10" cleats ? Bow towing eye ? Handrails on top of both sides of house, cabin interior port side, front bulkhead and overhead centerline ? Radar/GPS and antenna arch ? Stern swim-step platform with rubber fendering and boarding ladder ? Two piece hinged, easy access, engine compartment cover ? Zinc hull anodes Electrical Main Electrical Panel: Distribution circuit breaker panel will be provided for all normal electrical functions. It includes adequate breakers for future installation of a wide range of electronics. Batteries: There shall be two 12 volt, heavy duty, deep cycle batteries installed with plastic isolation boxes. A heavy duty battery switch permitting both selective and collective battery use will be installed. Bilge Pumps: 2,000 gallon per hour bilge pump will be installed in the engine spaces and one 1,200 gph bilge pump below the cabin space. Both of these pumps shall be equipped with automatic switches and may be operated either manually or automatically controlled. Bilge pumps will be wired directly to batteries. Lighting: The following or equal lighting will be provided. ? One set of Aqua Signal navigation-running lights to International standards ? One 360 degree Aqua Signal anchor light ? Two hand-held Guest spotlights ? Two red/white interior dome lights on cabin overhead and one dome light under dash panel and two engine room lights ? Two engine space lights ? Red flashing safety light 7.5 Miscellaneous Electrical: ? Par heavy duty engine compartment blower ? Gas fume safety alarm system ? Siren, loud hailer and horn Coatings All surfaces will be cleaned, degreased, abraded and chemical treated prior to priming and top coat of non-skidding finishes. Lettering: Department lettering is to be made of 3M scotchlite reflective material and provided as follows: ? On each side of hull 6" lettering ? On each side of cabin 4" lettering Standard Warranty Statement Contractor will warrant the vessel for a minimum of twelve (12) months from date of delivery. Sea Trials The contractor will conduct full dock-side and sea-trials of the vessels. Complete records will be made during trials. These records will be provided. Charts, Manuals and Drawings The Contractor shall furnish two (2) of each of the following with the completed vessel: a) Electrical wiring diagrams, as built; b) Hydraulic diagrams, as built; c) Lubrication charts, as built; d) Piping diagrams, as built; e) Parts lists, owners manual, warranties of all components, instruments and equipment. f) Maintenance program recommendations. Delivery & Acceptance Delivery Locations: The completed Vessels shall be delivered to the following locations: three (3) Baghdad Civil Defense Headquarters in Baghdad and one (1) Mosul Civil Defense Headquarters in Mosul Iraq. Acceptance Tests The Contractor shall perform an acceptance test upon delivery of the Vessel to ensure compliance with all of the performance specifications and standards. a) Speed Test; the Vessel shall be tested to determine the speed capabilities. b) Pumping Test; the builder shall demonstrate the ability of the Vessel to deliver water from each of the monitor nozzles at the minimum flows specified. The pump testing may be conducted with the Vessel moored or adrift as determined by the Builder, however, the Vessel need not be under power. Testing shall be conducted using a Pitot meter, and the "Table of Theoretical Discharge through Circular Orifice," Table 16-2B, 15th Edition, Fire Protection Handbook published by the National Fire Protection Association used for reference. TRAINING AND MENTORING The manufacturer will provide Boat crews with a training program and package enabling the safe and efficient operation of all facets of the vessel. MAINTENANCE The manufacturer will provide a maintenance contract for the regular, scheduled maintenance of the vessel for a period of 5 years. ****AND*** 24 Each 19? FIRE / RESCUE - Aluminum-Hull Rigid Inflatable Boat General Description Intent: This craft should be designed and built to be a multi-purpose, rapid intervention Fire-Rescue-boat that will provide fire-fighting and rescue capabilities to both marine craft and shore-side installations. It shall have a minimum of a 1,000 GPM capability via monitor delivery and provides provisions to facilitate dock and shore-side vehicle supply of up to 1,000 GPM. The boat shall be constructed of welded marine aluminum to withstand rigorous conditions of emergency service, and the extreme service of beachings without damage. The hull design should be a planing type with modified "V" bottom and full length reverse tangent chines The boat is designed for operation in choppy conditions on inland waterways, and also provides a stable work platform when not underway. Open decks are self-bailing and coated with non-skid safety surfacing. Desired Dimensions and Performance Length Overall 19? Beam Overall 8?5" Weight-Light 2700 lbs. Pumping Capacity GPM 1,000:PSI 100 GPM 1,300:PSI 65 The Contractor will provide: Hull A hull design must incorporates the qualities for speed, pumping capacity, comfortable ride and stability. Flotation: Positive hull flotation will be maintained through watertight hull voids. Workdeck: Work deck area will be self-bailing and coated with non-skid safety surfacing. Collars: Collars shall be constructed of 44-oz. (minimum) industrial grade polyurethane, all seams are thermo welded, taped inside and outside, with reinforced fabric layer on tube bottom. Collars are made with 5 air chambers. Collars shall be red in color with a black reinforcement on the bottom. Collars must be capable of withstanding Iraq?s summer temperatures without negative results. Engines and Pumping System Propulsion-Pumping Engine: Propulsion-pumping engine is a fully marinized, heat exchanger cooled, GM V/6 4.3-liter EFI engine or equal. This engine shall develop a minimum of 225 hp. using regular unleaded gasoline. Engine monitoring gauges will be installed in the dash panel include; tachometer, oil pressure, water temperature, fuel, voltmeter and hour meter gauges. There shall be an alarm system indicating low oil pressure and high engine temperature, and a remote oil pump out system to facilitate oil changing. The Vessel shall be capable of maneuvering while pumping. Volumes and Pressures: Discharge water volume and pressure are tested at the monitor to be the following: GPM 565: PSI 115, GPM 1,000:PSI 100, GPM: 1300:PSI 65 Fuel Tanks: There shall be one aluminum fuel tanks of 40 gallon capacity (minimum) each. The fuel tank shall be built and hydrostatically tested to meet Safety Standards For Small Craft specifications. Fuel tanks shall be suitably baffled, fitted with electric level gauges and installed in rubber lined aluminum support system. Fire Main System and Discharge Outlets Main Manifold: Fire main manifold system shall be fabricated of 3" ID aluminum piping including smooth radius elbows. The system shall be constructed with Victaulic couplings. The manifold shall be design to allow removal of individual parts. The fire main and manifold system shall be fully tested by Quality Assurance specialists prior to installation. Hydrant Outlets: Bow hydrant consists of a 3" fabricated aluminum manifold vertically mounted in the bow, which is fitted with two, horizontally positioned, 2-1/2" NST hose bibs with caps. With one 3" valved outlet fitted with a 3" monitor equipped with 2-1/2" adjustable fog and solid stream nozzle. All discharge outlets will have coupling adaptors to convert to 2 ? instantaneous couplings Controls and Instruments Positioning: All controls, instruments, gauges and switches will be mounted to be easily operated from the normal pilot's position. Pilot Station Controls will be provided for throttle control and forward-reverse vessel controls, and steering systems. All cables shall be heavy duty. Instrumentation: Engine instruments include tachometer, oil pressure, water temperature, fuel, voltmeter, and hour meter gauges. There is also a liquid filled gauge indicating fire fighting manifold pressures. Deck Hardware and Fittings Will Include: ? Bow towing eye ? Handrails on sides of windshield ? Emergency light and antenna arch above windshield ? Stern swim-step platform ? Hinged, easy access, engine compartment cover ? Zinc hull anodes Electrical Distribution circuit breaker panel will be provided for all normal electrical functions. It includes adequate breakers for future installation of a wide range of electronics. Batteries: There shall be two 12 volt, heavy duty, deep cycle batteries installed with plastic isolation boxes. A heavy duty battery switch permitting both selective and collective battery use will be installed. Bilge Pumps: 2,000 gallon per hour bilge pump will be installed in the engine spaces. The bilge pump shall be equipped with automatic switches and may be operated either manually or automatically controlled. Bilge pumps will be wired directly to batteries. Lighting: ? One set of Aqua Signal navigation-running lights to International standards ? One 360 degree Aqua Signal anchor light ? Red or Blue flashing emergency response light Siren, loud hailer and horn Coatings All surfaces will be cleaned, degreased, abraded and chemical treated prior to priming and top coat of non-skidding finishes. Lettering: Department lettering is to be made of 3M scotchlite reflective material and provided as follows: ? On each side of hull 6" lettering ? On each side of cabin 4" lettering Standard Warranty Statement Contractor will warrant the vessel for a minimum of twelve (12) months from date of delivery. Sea Trials The contractor will conduct full dock-side and sea-trials of the vessels. Complete records will be made during trials. These records will be provided. Charts, Manuals and Drawings The Contractor shall furnish two (2) of each of the following with the completed vessel: a) Electrical wiring diagrams, as built; b) Hydraulic diagrams, as built; c) Lubrication charts, as built; d) Piping diagrams, as built; e) Parts lists, owners manual, warranties of all components, instruments and equipment. f) Maintenance program recommendations. Delivery & Acceptance Delivery Locations: City/Governorate # of Boats Delivery information Anbar 2 Civil Defense Headquarters, Baghdad 6 Civil Defense Headquarters, Basrah 2 Civil Defense Headquarters, Missian 2 Civil Defense Headquarters, Mosul 2 Civil Defense Headquarters, Wasit 2 Civil Defense Headquarters. Acceptance Tests The Contractor shall perform an acceptance test upon delivery of the Vessel to ensure compliance with all of the performance specifications and standards. a) Speed Test; the Vessel shall be tested to determine the speed capabilities. b) Pumping Test; the builder shall demonstrate the ability of the Vessel to deliver water from each of the monitor nozzles at the minimum flows specified. The pump testing may be conducted with the Vessel moored or adrift as determined by the Builder, however, the Vessel need not be under power. Testing shall be conducted using a Pitot meter, and the "Table of Theoretical Discharge through Circular Orifice," Table 16-2B, 15th Edition, Fire Protection Handbook published by the National Fire Protection Association used for reference. TRAINING AND MENTORING The manufacturer will provide Boat crews with a training program and package enabling the safe and efficient operation of all facets of the vessel. MAINTENANCE The manufacturer will provide a maintenance contract for the regular, scheduled maintenance of the vessel for a period of 5 years. Electronic copies of the SF1449, Schedule, and Terms and Conditions are available at www.cpa-iraq.org The Contracting Officer will evaluate quotes on the basis of information furnished by the offer or offeror identified in the offer and reasonably available to the Contracting Officer. In accordance with Federal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of an Indefinite Delivery contract. This IDIQ contract is a one year contract. The total contract minimum is $3 Million and the contract maximum is $20 Million. The following provisions and clauses apply to this acquisition/solicitation: FAR 52.212-1 Instructions to Offerors - Commercial Items (OCT 2000); FAR 52.212-2 Evaluation ? Commercial Items. 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: (i) technical capability of the item offered to meet the Government requirement; (ii) schedule ,(iii) price. Technical and schedule are equal, and when combined, are more important than price. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation of Commercial Items, offerors should submit with their quotation: (1) Price proposal which shows each proposed unit price for each item and total price for all items; (2) supporting information for proposed items that demonstrates they understand what the government requires and a basis for comparison for brand name or equal, where applicable. (3) Contractor?s Duns and Bradstreet (DUNS) number; (4) Contractor?s Cage Code; and (5) an affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov (6) Provide delivery dates for each contract line item number. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (MAY 2002), and Alternate I (APR 2002); FAR 52.212-4 Contract Terms and Conditions - Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders - Commercial Items (MAY 2002) applies to this acquisition. These additional provisions and clauses apply, FAR 52.232-18 Availability of Funds; FAR 52.216-18 Ordering; FAR 52.216-19 Order Limitations; FAR 52.216-22 Indefinite Quantity; and FAR 52.216-27 Single or Multiple Awards. DFARS 252.204-7004, Required Central Contractor?s Registration (NOV 2001). . These clauses may be found in their full text along with the solicitation at www.cpa-iraq.org. All interested, responsible firms should submit their quotes electronically to cpa_contracting_acti@orha.centcom.mil, no later than 5:00 P.M. (Baghdad Time), 23 Feb 04. The subject line should include the RFQ Number: W914NS-04-Q-0136. Questions in regards to this quotation should be directed to Colonel Mike Bonheim at email bonheimm@orha.centcom.mil . Faxed quotes will NOT be accepted. Copies of above referenced clauses are available at http://www.arnet.gov/far/ . Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items, and the Schedule found at www.cpa-iraq.org for use in preparation of quotation for submission. Contractor format is however acceptable. Points of Contact: Michael E. Bonheim, COL, USA, Contracting Officer, Email bonheimm@orha.centcom.mil. Ronald W. Hirtle, Major, USAF, hirtler@orha.centcom.mil. Place of Performance: Baghdad, Iraq.
 
Place of Performance
Address: Various locations in Iraq
Country: Iraq
 
Record
SN00517998-W 20040208/040206212918 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.