Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 09, 2013 FBO #4215
DOCUMENT

23 -- Incident Command Post Trailer - Attachment

Notice Date
6/7/2013
 
Notice Type
Attachment
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Portsmouth Naval Shipyard Annex Building 153, 6th Floor Portsmouth, NH
 
Solicitation Number
N0018913RPP03
 
Response Due
6/21/2013
 
Archive Date
6/21/2013
 
Point of Contact
Nicholas Bartolomei 207-438-4268
 
E-Mail Address
nicholas.bartolomei@navy.mil
(nicholas.bartolomei@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Subject to FAR Clause 52.215-3, entitled Solicitation for Information of Planning Purpose, this announcement constitutes a Sources Sought for information and planning purposes. FLC Norfolk Portsmouth Naval Shipyard Annex's intent of this announcement is to identify qualified and experienced sources for a contract vehicle for the design and construction of a new Incident Command Post Trailer (ICPT) to support emergency response operations at Portsmouth Naval Shipyard. The contractor shall develop a set of specifications with the Portsmouth Naval Shipyard to be utilized as a design basis for the new ICPT. All specifications shall meet Department of Defense requirements and national codes. Once the specifications are approved and an acceptable design has been created, the contractor will construct the new ICPT. An example specification is attached along with this notice to give an idea of the level of detail the Government anticipates (reference Attachment A of this notice). Additionally, during the specification development stage, the contractor shall develop a commissioning program to support testing of the new ICPT and its systems when completed. This commissioning program shall be performed by an independent individual/agency on-site at the Shipyard to ensure that the Government has been provided a safe and operational trailer that meets its unique operational requirements. SPECIFICATION / DESIGN CONSIDERATIONS: A list of items/functions the Government anticipates requiring to support operations in the ICPT is provided below. This list is based on attributes identified to date by the Incident Commander and members of his response team. This list is by no means complete and is intended only as a guide. The Government shall seek input from the selected contractor for the inclusion of other features/equipment based on their experience in constructing these types of vehicles. ICPT basic items / functions 1. The ICPT shall be based on a trailer design utilizing a standard king pin / fifth wheel. Length of the final trailer design should not exceed forty (40) feet. 2. A suitably sized electric power generator shall be provided to support continuous operations in the ICPT. Suitable filtering of the power provided by the generator shall be included in order to prevent damage to the miscellaneous electronics anticipated to be installed. 3. The ability to connect to the Shipyard ™s temporary shore power pedestals will also need to be included in the design. This functionality shall include a pre-staged cable of sufficient capacity and length stored on a reel to support shore power connection. 4. An appropriately sized HVAC system shall be provided to support year round operations in the New England seacoast area. 5. A minimal galley space shall be provided for in the design. This galley shall have a microwave and coffee pot with cabinet storage. No refrigerator shall be installed. 6. A bathroom with an incinerating toilet shall be provided to minimize the dependence upon a sanitary sewer system connection point. 7. An enclosed Observation Area with desk surfaces shall be provided for the IC and ICPT staff. This observation area shall allow the IC to observe the affected area and response operations from the ICPT. 8. An isolatable conference area will be provided. This area shall be separate from the main Operations Floor (Radio/Data Acquisition Area) and the Observation Area in the ICPT. 9. Mast mounted scene lighting shall be included in the ICPT design to support night time response operations. Communications 1. A radio network or system shall be included to support simultaneous transmission from a minimum of six (6) independent frequencies at six (6) different responder locations. The antenna mast(s) installed to support this communication requirement shall be properly separated and installed in such a way as to minimize frequency bleed over. All radio equipment shall be compatible with the Motorola response radios currently in use. 2. A computer network shall be included with multiple data jack locations to support operations within the ICPT and for connection to the Shipyard computer network(s). All computer equipment shall be furnished by the government. Trailer will be equipped with appropriate wiring to support this network. 3. A telephone network with punch down board shall be included in the ICPT to support the use of up to twenty five (25) independent telephone lines. This network shall include multiple jack locations to support the use of these telephones at various locations in the ICPT. Additionally, this functionality shall include a pre-staged cable of sufficient capacity and length stored on a reel to support connection to the base shore telephone system. 4. Access to (e.g. antenna & wiring) satellite telephone and internet connectivity shall be provided for within the ICPT as a back-up capability to the land based shore service connections. 5. Response operations use sound powered phones during response to shipboard casualties. A cable and connections to establish these communications will be provided. This cable shall be stored on a reel to support connection to a ship. Electronics / Data Processing 1. The use of Touch Screen Smart Boards is desired at several locations within the ICPT. These smart boards will allow for ready access to and capture of data during operations. 2. The capability to record / transmit video of the casualty from a mast mounted video camera shall be considered. 3. A common system architecture (e.g., cat 6) shall be utilized between the electronics and communications equipment to provide for additional flexibility of services within the ICPT. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. NAICS Code The NAICS Code for this requirement is 336214, Travel Trailer and Camper Manufacturing, and the Size Standard is 500 Employees. Anticipated Contract The proposed contract is anticipated to be a fixed-price type contract. The contract will utilize firm fixed price (FFP) pricing. Period of Performance The delivery date of the completed ICPT is TBD. Responses to this notice should include estimated lead times (best and worst case) for custom trailers of the type specified above. Contractor must provide a capabilities statement detailing their technical expertise in the functional areas and displaying their ability to provide the necessary personnel at all sites. The capabilities statement must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Contractors response shall also include the following information and can be submitted in your own format: Size of company, i.e., 8(a), WOSB, SB, Veteran, all others, number of employees, revenue for the past 3 years, relevant past performance on same/similar work dating back 5 years and your company ™s capability to perform the type of work. Standard company brochures will not be reviewed. Submissions are not to exceed six (6) typewritten pages in no less than 12 font. Also, please indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor Reponses to this Sources Sought request should reference N00189-13-R-PP03 and shall be submitted electronically to Nicholas Bartolomei at nicholas.bartolomei@navy.mil Phone: (207) 438-4268 by close of business (3:30 EST) 21 June 2013. All technical questions and inquiries may be submitted within the response. Please also include the company name, address, POC name, phone number, fax number and email, Contractor and Government Entity (CAGE Code). Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189PNH/N0018913RPP03/listing.html)
 
Document(s)
Attachment
 
File Name: N0018913RPP03_Attachment_A_Example_Trailer_Specification.docx (https://www.neco.navy.mil/synopsis_file/N0018913RPP03_Attachment_A_Example_Trailer_Specification.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018913RPP03_Attachment_A_Example_Trailer_Specification.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03083583-W 20130609/130607235645-dc41ba7bd747bbc544374b779df2d70b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.