SOLICITATION NOTICE
23 -- Explosive Ordnance Disposal Robotics and Emergency Response Trailer
- Notice Date
- 8/7/2015
- Notice Type
- Presolicitation
- NAICS
- 336214
— Travel Trailer and Camper Manufacturing
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, ROICC Camp Lejeune Naval Facilities Engineering Command, Mid-Atlantic 1005 Michael Road Room 20 Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- N4008515R0871
- Response Due
- 8/24/2015
- Archive Date
- 9/30/2015
- Point of Contact
- Lauren Loconto 910-451-2582 x5246
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A PRE-SOLICITATION SYNOPSIS ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of the upcoming solicitation to procure an explosive ordnance disposal robotics and emergency response trailer. Requirements include, but are not limited to: The trailer will be no less than 36 feet in length with a 5th wheel connection and hitch The ground clearance must be no less than 14 inches and have a system for leveling the trailer and providing a more stable working platform for operations. Trailer shall have a 15 foot electronic mast with appropriate connections internally and externally for all robotics platforms as well as a camera system for monitoring all ingress and egress movements to the location being responded to. Include two external electric awning systems and LED response lights for operating at night around the trailer and in the day under hot, sunny and adverse weather conditions. Onboard water and waste containment is required with a minimum of 1 shower head, 1 toilet and 1 deep sink internally and the ability to spray water externally. The roof must be of sturdy construction allowing at least one 225 pound individual preferably two to walk on it for the safe mounting of any antennas. A ramp of sturdy construction suited for a minimum of 1000 pounds of repetitive daily use with no malfunctions is required. This ramp is not required to be electronically opened and closed, but must be assisted in some fashion so one person can open and close it rapidly and with ease. A minimum of 14 feet internally need to be open for robotics and tool storage with 8 foot shelf and desk space on each side 24 inches deep to contain equipment and a charging station. The floor will have tracking for tying down robots, tool boxes and pelican cases. The trailer will have two, 46 inch LED TVs attached for use with the robotics and X-Ray equipment and include all connection equipment to support the viewing of those systems both internally and externally. There will be space for a refrigerator, microwave and coffee pot as well as a security cage, gear locker and ready bench for storing equipment, briefing and suiting up the team leader and team members with the bomb suit and up to level B suits. An air conditioner and heater capable of heating and cooling the entire square footage of the response trailer is also mandatory for the safety of the operators that may be suited up or recovering as well as for the maintenance of the equipment to be used. There also needs to be a storage area over the fifth wheel that contains a generator capable of continuously powering all supplied equipment for extended operations. A 10000 watt diesel generator is advised. The trailer must also come with a side access door that contains a peep hole and two access doors for the over hitch storage. Procurement method: FAR Part 12, Acquisition of Commercial Items The North American Industry Classification System (NAICS) Code for this requirement is 336214 with a size standard of 500 employees. The period of performance will be 120 days. This is a new procurement. It does not replace an existing contract. No prior contract information exists. Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/. The solicitation will be available on or about 24 August 2015. The estimated date for receipt of proposals is 14 days after the solicitation issue date. The proposed contract listed here is 100 percent small business set-aside. The Government will only accept offers from small business concerns. The solicitation utilizes source selection procedures which require offerors to submit technical information, past performance, and experience information, and a price proposal for evaluation by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CL/N4008515R0871/listing.html)
- Record
- SN03829061-W 20150809/150807235101-8bf9d8dc7062d8f8a0bee48866f64612 (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 |