SOLICITATION NOTICE
23 -- We have a requirement for one Stainless Steel 6000 gal Potable Water Trailer. West-Mark Model 2TA600MC or equivelant.
- Notice Date
- 9/23/2004
- Notice Type
- Solicitation Notice
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-04-T-0004
- Response Due
- 9/24/2004
- Archive Date
- 11/23/2004
- 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. We have a requirement for one Stainless Steel 6000 gal Potable Water Trailer. Salient characteristics are: West-Mark Model 2TA600MC or equivelant. General: the following equipment shall be a new non-code, stainless steel tandem axle semi trailer, Product: Potable Water, 426 in O.A.L. Barrel: 6000 gallons + 3% oval, straight, cleanbore barrel. The barrel shall be made from 12 gauge T-304 2B stainless steel, weld finish shall be W-2 out side, W-2 inside, 0 PSI operating pressure, 125 Degree F. Heads: Two (2) 12 Gauge T304 stainless steel 2B finish, air dished and flanged. Baffles: three (3) 10 gauge T-304 stainless steel 2B Finish, air dished and flanged. Rings: Stainless steel chan nel sections fully welded to the shell. Bolsters/wings: Stainless steel construction. Manhole: One (1) Fort Vale 859/994006, T-316L stainless steel, 20 in diameter, full opening, 4 hold downs, 5 PSI MAWP, with 5005-50EPD DPDM gasket in cover. Hinged at front. Level Gauge: None Vent: One (1) Girard IBC Vent/Fill Cap, with flow rates at 3.5 PSI of 585 gpm and 1 in hg vacuum at 400 gpm. Sanitary stainless steel style with a flip up fill cap installed on 3 in ACME threads in manhole lid. Ladder: (1) Aluminum tubular, multi-purpose ladder assembly, with heavy duty grated steps. Installed curbside. Walkway: None Lights: 12-volt 7 way vapor proof harness system. D.O.T. Trucklite LED lights and reflectors with center turn signals and two marker l ights each side. Molded main lead. Rear lights enclosed in stainless steel light boxes, (2) lights each box. Conspicuity striping at sides and rear head. Betts PS-2 document holder on landing leg subframe, roadside. Overload circuits shall be provide d with suitable overload protective devices. Receptacle: 7-way female receptacle and boot mounted on stainless steel bracket with color coded glad hands for air hook-up. Color coded gladhands required. Outlet: 3 in Ultraflow FIG499 butterfly valve, a luminum split body, stainless disc and stem, White Nitrile seat, lever lock handle. Located at rear head. Stainless steel apron installed under valve. Pump package: Sanitary 3 in X 2 in stainless steel pump driven by a 8 HP Electric start gasoline en gine, mounted on skid at rear of trailer complete with battery and wiring. Plumbing/valving: Plumbing from outlet to pump shall be 3 in stainless steel and soft Hose jumper lines shall be 3 in suitable for potable water. Valves shall be installed as r equired to provide pump on / pump off capability. Outlet connection shall have 3 in brass camlocks and caps with chain. Hydrant fill, Top entry: One (1) 2-1/2 in stainless steel fill pipe at top rear of rear head. Pipe located near center of head sli ghtly to curbside with two bronze check valves near bottom of pipe to 2-1/2 in bronze male NST fitting with cap and chain. One (1) 1/4 in stainless steel half coupling and plug on back side of pipe just above top check valve for low point drain. Landin g gear: JOST square leg, 2-speed, steel, sand shoes, 50,000 lb. Lift capacity curbside crank handle. Frame to be stainless steel. Upper Fifth wheel: Heavy duty upper fifth wheel plate with kingpin, adjustable in 2 in increments. Adjustment rails to b e stainless steel. Rear subframe: stainless steel construction for a tandem axle semi. Suspension: Hendrickson Turner intrraax aa230, air ride intregation system, 49 in axle spacing. Axles: Hendrickson Turner intrraax aa230, 5 in round 1/2 in wall . 71-1/2 in track, Stemco seals, MGM 3030 long stroke chambers, outboard mount Centrifuse drums, Conmet drums, Conmet preset, semi fluid grease, aluminum hubs with HUB piloted mounting. Carlisle MB-21 non-asbestos brake lining and Gunite automatic slacks. Tone rings for ABS system. Dump valve: Dump valve for air bags located at front of rear subframe. Cabinet: None Bumper: Stainless steel Non-code 3 in X 2 in Underridement: One (1) underride bumper if required by D.O.T.. Brake system: to be built to D.O.T. specifications, WABCO 4S/2M ABS system. ABS malfunction/operation light located on center of roadside rear fender, facing forward, per D.O.T.. I nstall easy drain valve with cable pull on air tank, color coded gladhands. Tires: eight (8) 11R22.5 Wheels: Eight (8) 22.5 X 8.25 Steel Bud Tire carrier: Steel NASH basket style, mounted rear of landing leg subframe. Fenders: front and rear aluminu m contour fenders, ribs down, with stainless steel fender pipes and shockless rubber mounting. Mud flaps: flaps to be black rubber, anti-spray type, front and rear. Hose tube: None Hoses: None Paint: (1) color IMRON 5000 Series, or equal, on all carb on steel parts. Paint color to be Olive Drab #24087 Semi Gloss. Calibration: Theoretical, in 1/4 in increments, complete with a chart plate mounted on truck Manuals: One (1) set of operation and maintenance manuals complete with parts list. Hose and carrier 20. Delivery: Required by 16 Feb 2005, F.O.B. Destination. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 dated 19 Jul 2004. This requirement is set-aside 100% for small business. The applicable NAICS code is 336212 with a size st andard of 500 employees. There is one contract line item (0001)for a quantity of 1. Your price shall be FOB destination. Inspection and acceptance shall be at destination. We prefer to make payment by VISA credit card. You must be registered in the Centr al Contractor Registration (ht tp://www.ccr.gov/). Award shall be made to the best value; technical, warranty, past performance and price proposal. You shall submit commercially available literature on your unit that demonstrates that all of the above c apabilities are met. From the Federal Acquisition Regulation (FAR), the following provisions and clauses are applicable to this solicitation: FAR 52.211-11, FAR 52.212-1, FAR 52.212-3, FAR 52.212-4, FAR 52.212-5 (52.222-21, 52.222-26, 52.222-35, 52.222-36 , 52.222-37, 52.232-33, 52.232-36 )and DFARS 252.212-7001 (252.225-7001, 252.225-7007252.225-7016). Full text of these clauses may be found at http://farsite.hill.af.mil/cffara.htm . From the Defense Federal Acquisition Regulation Supplement (DFARS), the following provisions and clauses may be found at http://farsite.hill.af.mil/VFDFARA.HTM . A form for submitting your proposal may be found on our web page, http://www.wsmr.army.mil/docpage/docpage.htm . Your proposal information and commercial literature s hall be submitted electronically to butlersl@wsmr.army.mil or by facsimile to (505) 678-4975 Attn: Steve Butler no later than 4:00 PM MDT on 24 Sep 2004. See note 1.
- Place of Performance
- Address: ACA, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
- Zip Code: 88002-5201
- Country: US
- Zip Code: 88002-5201
- Record
- SN00680591-W 20040925/040923212307 (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 |