SOLICITATION NOTICE
42 -- Gelled Fuel Batch Mixer, Trailer Mounted
- Notice Date
- 8/26/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- BLM NATIONAL INTERAGENCY FIRE CENTER 3833 S DEVELOPMENT AVE BOISE ID 83705
- ZIP Code
- 83705
- Solicitation Number
- RAQ044010
- Response Due
- 9/13/2004
- Archive Date
- 8/26/2005
- Point of Contact
- Kathleen M. Colson Contracting Officer 2083875545 kathy_colson@nifc.blm.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Firm, fixed-price offers are requested under Request for Quotations (RFQ) solicitation #RAQ044010. This document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2001-24. This solicitation is set-aside 100% for small business. The NAICS code is 339999. The business size standard is 500 employees. STATEMENT OF WORK - The Bureau of Land Management has a requirement to purchase a Gelled Fuel Batch Mixer mounted on a service trailer to be used in the support of prescribed and wildland fire suppression activities in the 10 western states. The batch mixer and trailer shall be designed for severe off highway use and constructed to handle the rough unimproved road conditions found throughout the western states. The contractor shall provide a unit that meets or exceeds all requirements of NFPA 385 and DOT MC406 and shall provide any additional technical and structural engineering required for a fuel service trailer that is operated in conditions where road and environment place stresses much greater than those found on primary and secondary roads. BACKGROUND - The Departments of Interior and Agriculture as well as numerous other State and Federal agencies use a variety of gelled fuel batch mixers, modular mix transfer systems, helitorches and terratorches to start prescribed fires and to fight wild fires. The batch mixer consists of a transport trailer and a DOT 406 Specification tank in which gasoline and a thickening agent is mixed. The thickening agent is introduced to the gasoline through a dome lid on the tank. Mixing occurs when the gasoline and thickening agent are circulated together in the tank using a pump and hose manifold located on the trailer, to which the tank is mounted. The same pump is used to transfer the gelled gasoline into helitorches. The same equipment is also used when the equipment is used with a terratorch. Power for the mixing, transfer to a helitorch or to a terratorch is currently provided by an internal combustion gasoline engine attached to a positive displacement pump and piping manifold with valves for direction and function. The associated electrical switches and controls are rated for Class 1, Division 1 or Division 2 as recommended in NFPA 497. The operation involves the filling of the tank through the fill port with gasoline from a gasoline delivery truck. After the gasoline is introduced, a funnel is then connected to the gasoline fill cam lock and the gelling agent is poured into the tank. The mixing is accomplished with the engine and pump circulating the gasoline and gelling agent. After mixing the gelled fuel is allowed to sit for several minutes, the exact amount of time is dependent on the mix ratio and the outside air temperature. It is then pumped into the helitorch or terratorch by means of the same engine, pump and a delivery hose. DESIGN - Unit shall be a 400 Gallon, in-field use gelled fuel batch mixer and service trailer. Unit shall meet or exceed requirements of NFPA 385 and DOT MC406. The unit shall be a developmental batch mixer to serve as a prototype for future purchases. Any improvements, design changes or deficiencies shall be addressed as they are made known. TANK - The tank shall be a single 36 inch diameter, cylindrical, ASME certified 400 gallon three compartments MC 406 rated tank constructed of 304 Stainless Steel. Compartment sizes; front - 50 gallon diesel, middle - 100 gallon gasoline, and rear - 250 gallon mixing compartment for gelled fuel. Tank shall be designed for off-road use and be equipped with the following: Dished and Flanged Surge heads; Full length double leg flashing; One 6 inch inspection port; Capacity indicators; Non-slip expanded metal on walkways; 2 inch fill piping. TRAILER - The trailer shall be: G.V.W.R. 9,990 LBS.; G.A.W.R. 5,080 LBS. Each Axle; Coupler 2 5/16 Inch Ball Hitch; Safety Chains 1/4 inch GRD. 70 With Safety Latch Hooks 2 EA.; Jack 2000 LB. Top Wind Bolt On; Axles Two 5200 LB. Cambered Axles with Electric Brakes; Complete Break-A-Way System with Charger; Suspension Multi-Leaf Spring or Torsion Bar with Equalizer; Heavy Duty Shocks; Tires ST225/75-15 Load Range D; Wheels 15 X 6; Spare Tire Mounted In Trailer; Electric Plug 6 Way; One weatherproof aluminum cabinet attached to front of the trailer; Cabinet door shall have locking handle; FMVSS 108 Compliant LED Lighting System; All Trailer Wiring Shall Be Class 1, Div 1 Compliant. VENTS - Unit shall be equipped with positive/negative pressure vents on each tank compartment. Unit shall be equipped with a height adjustable mixing pressure relief vent which can be extended for mixing operations and retracted for travel. Vent shall extend above grade high enough to meet venting regulations. LOW POINT DRAINS - The tank compartments shall be equipped with a cable operated low point drain valve to allow water to be removed from the tank. The drain valve shall be located at the rear of the tank and shall be equipped with a secondary valve, cam lock adapter and lockable dust cap for safety purposes. POWER SOURCE - Unit shall be equipped with a minimum of a 5.5 KW. 110/220 volt, 60 hertz, single phase diesel powered generator. Generator shall be: Battery operated electric start key start ; Minimum 3 gallon fuel tank; Soundproofing - 70db at 7meters; Enclosed compartment with front and side lockable access doors; Automatic Voltage Regulator; Automatic Shutdown for Low Oil Pressure; Vibration Isolation Mounting between Engine/Alternator and Base Frame; Non-Fused Breaker Protects For AC; Overload Protected; AC Voltmeter, 110V/220V Switch; DC 12V Charging System (car/boat batteries); Low fuel indicator, Oil alert; Ground Fault Interrupter. PUMPS - Mixing/Transfer Pump - One electric 110/220 volt AC mixing pump shall be provided to circulate the gelled fuel and for transfer through the hose reel. The pump capacity shall be 60-100 GPM for mixing and reducible to 20 GPM for transfer of mixed product. Pump shall be powered by the generator. Two 12 volt DC pumps shall be provided for fuel dispensing, one for each diesel and gasoline compartment. Pumping capacity shall be rated 5-15 GPM for gas and diesel. Pumps shall operate from the generator battery system. Any piping used in the system shall be stainless steel and may include brass/bronze adapters. All hoses shall be petroleum grade and have an internal bonding. FILTRATION - Petro-Clear, 511 Series filters shall be installed in the diesel and gasoline system. Filters are not required in the mixing plumbing. A 30 micron element for the diesel side and a 10 micron element for the gas side are required. Elements shall be able to be changed with the tank full of product. EMERGENCY CONTROLS - Emergency shutdown shall be accomplished by two stations mounted on the unit. One station shall be mounted on the right and the other shall be mounted on the left side of the cargo tank. Unit shall also have a cable operated remote emergency shut down which can be placed 25 feet from the unit and mounted on a 36 inch high stand. The system shall close all vents, internal valves and disengage the pump. All operational controls shall be marked for proper operations. Emergency controls shall be marked IAW NFPA 407 and MC406 requirements. HOSES - Transfer hose shall be petroleum grade fuel hose 2 inch diameter x 50 foot mounted on an electric rewind hose reel. Hose reel rewind motor shall be 110 volt, minimum 1/2 HP. Rewind motor and all wiring shall be Class 1, Div 1 Compliant Unit shall be equipped with two petroleum grade fuel hoses connected to the 12 volt fuel dispensing pumps. One - 3/4 inch x 15 foot for diesel, one - 3/4 inch x 15 foot for gas. Hoses shall have a fuel nozzle one with a red unleaded spout for gasoline and one with a green diesel spout for diesel fuel. Transfer hose discharge nozzle shall be an aluminum dry brake type, equipped with a shut-off, 2 inch size with viton fuel resistant seals. All hoses shall be internally bonded. STANDARD SAFETY AND CONVENIENCE EQUIPMENT - The following equipment shall be included on the unit: Two Fire Extinguishers rated at 20-BC; One bounding ground reel shall be mounted. It shall be equipped with 30 feet of bounding cable, a stop ball and heavy duty ground clamp; Pumping operating instruction placard shall be permanently mounted on the door inside the storage cabinet; Chock block number SAC44 and holder number SQCH44 shall be installed. FLOW TEST - Unit shall be flow tested for proper operation of the subsystems. FINISH - Trailer shall be painted with automotive acrylic urethane or polyurethane paint, number 2 fire truck yellow (lime yellow), conforming to Federal Color Standard 595b, color chip 13670. Tank shall be stainless steel (mill finish with polished welds), diesel pump shall be green, and gas pump shall be red. DRAWINGS - The drawings for the unit are hereby incorporated into these specifications and are listed here: (a) Drawing "Batchmixer" - 1 page, (b) Drawing "Batchmixer Skid Mount" - 1 page, (c) Drawing "Batchmixer Tank and Plumbing" - 1 page. Copies of these drawings can be obtained upon request from the Contracting Officer. MANUALS - The contractor shall provide two sets of operations manuals. Manuals shall include process flow diagrams, trouble shooting instruction, parts breakdown and manufacturers maintenance manuals. WARRANTY - The Manufacturer shall warrant all services performed under this contract shall, at the time of acceptance, be free from defects in workmanship and materials and conform to the requirements of this contract for a period of 12 months from the date of final acceptance. The contractor shall provide to the Government any and all warranties provided by major component and equipment manufacturers. PRE-WORK CONFERENCE - A pre-work conference shall be held prior to construction of the gelled fuel batch mixer to review contract specifications, materials requirements, and delivery schedule and payment procedures. The conference, which may be accomplished by conference call, shall include the Government representatives and the contractor. The date and time of the meeting, or conference call will be scheduled by the Contracting Officer in consultation with the Contractor and the Governments representatives. INSPECTION - The Government shall have the right to inspect and test all supplies called for by the contract during normal business hours Monday - Friday 0800 - 1700 (excluding Holidays) at the Contractors facility during the period of time of manufacture. Final inspection of the completed batch mixer shall be performed by the Governments representative at the Contractors facility. ACCEPTANCE - Final acceptance of the fuel batch mixer shall be the responsibility of the Contracting Officer. DELIVERY - The Government requires delivery of the fuel batch mixer, 240 days from the contractor's receipt of order. F. O. B. at contractor's facility. EVALUATION - The Government shall award the 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: Factor 1 - Technical Capability - Offeror shall furnish product literature for review that shall include: (1) Warranty provisions; (2) Engineering capabilities; (3) Fuel service experience in off-road condition; (4) Ability to provide the fuel batch mixer per the above specification and time frames; (5) Description of materials used. Factor 2 - Price. Factor 3 - Past Performance - (1) Offeror shall provide a discussion of their previous fuel system manufacturing experience from a period of time within the past three years. (2) Offeror to provide a list of their last five fuel systems customers. The following provisions and clauses shall apply to this procurement: 52.204-06 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER; FAR 52.204-07 - CENTRAL CONTRACTOR REGISTRATION; FAR 52.212-01 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATION; FAR 52.212-04 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS - COMMERCIAL ITEMS (para (b) following clauses apply; FAR 52.219-06; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-01, FAR 52.225-13; FAR 52.232-33). The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/far or upon request from the Contracting Officer. Quotes must be submitted in writing on a SF 1449 or on company letterhead and must include the RFQ number, the company name, point of contract, address, phone number, fax number, DUNS number, the delivery period in terms of the number of weeks or days, the unit price, the extended price, any prompt payment discount terms along with a completed copy of the FAR 52.212-03 clause and the information requested for evaluation. Quotes shall be received by September 13, 2004, 4:00pm local time to the Bureau of Land Management, National Interagency Fire Center, Attn: Kathy Colson, 3833 South Development Avenue, Boise, ID 83705-5354, by FAX at 208-387-5574 or e-mail at kathy_colson@nifc.blm gov. Contractors must be registered at http://www.ccr.gov to be considered eligible for award. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=750470)
- Record
- SN00655729-W 20040828/040827094848 (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 |