Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1998 PSA#2163

Commander (KO), Civil Engineering Unit, Juneau, P.O. Box 21747, 709 W. 9th St., Room 817, Juneau, AK 99802-1747

99 -- EMERGENCY RESCUE VEHICLE FOR USCG INTEGRATED SUPPORT COMMAND KODIAK, AK SOL DTCG87-98-Q-643100 DUE 090398 POC Rebecca Wade (907) 463-2418 E-MAIL: Contracting Officer, rwade@cgalaska.uscg.mil. This is a combined synopsis/solicitation for commercial items prepared in the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05. The standard industrial classification code is 3711. This procurement is not set-aside for small business. Contract line item number(s) and items, quantities and units of measure are: 0001: Provide a heavy duty emergency rescue emergency rescue vehicle equipped/configured to provide for patient transport capabilities and to support basic life support (BLS) capabilities which complies with all requirements of the National Highway Traffic Administration, United States Department of Transportation (D.O.T.). Provide manufacture data, literature, specifications, and catalog cuts/shop drawings for government approval prior to ordering of the emergency rescue vehicle. MINIMUM BASIC REQUIREMENTS: Cab/chassis shall be suitable for subsequent mounting of a fully equipped rescue body with patient transport capabilities, a walk through access shall be provided from the patient transport area to the cab. Engine shall be a minimum of 300 HP; diesel powered. Automatic transmission with a minimum of three forward gear ratios. The rescue body should be a minimum of 16 feet long behind the patient transport area and equipped with brushed aluminum roll up doors. The first compartment in front of the rear wheel well shall have a slide out tray and accessible from both sides of the emergency rescue vehicle. Patient transport area should be constructed horizontally and meet BLS standards with the rescue body mounted behind this area. The emergency rescue vehicle shall be equipped with a light bar mounted on top of the chassis cab, warning lights, clearance lights and scene lights. Siren shall have a noise canceling mic and air horn, manual, wail, yelp and phaser functions. Siren shall be equipped with a minimum of two speakers. MINIMUM REQUIRED INSTALLED EQUIPMENT: 1) Built in 25,000 watts emergency generator with one (1) electric rewind cord reel with 200' of rubber coated SO10-3 electric cable wired for 120 volts. 2) 12,000 LB winch mounted in front bumper w/125 to 200' of 3/8 cable and 10' remote. 3) Cascade breathing air system with mako containment fills station. 4) All wheel drive with on-the-spot chains activated from chassis air system. 5) Telescoping light tower with Burt Night scan 6000 with halogen lights for nighttime operations. 6) Code 3 emergency strobe lighting and siren in addition to duel spot lights and alley lights. 7) Rear compartment shall have a pull out tray to support hydraulic unit for Hurst tool engine and tools. 8) Air chuck inlet rear and both sides of emergency rescue vehicle plumb to chassis air system for operation of emergency rescue air bags. 9) SCBA storage compartment on each side of rear wheel well -- flush mount type, total of four (4). 10) All rescue compartments should be lighted and equipped with adjustable shelving . 12) Install Mobile Radio System (Ericcson GE MDX Conventional Mobile, 16 channel -- channel frequencies to be provided by government upon purchase. Delivery is desired between six and twelve months after contract award. Delivery and acceptance is f.o.b. destination: Commanding Officer, USCG Integrated Support Command (ISC) Kodiak (Facilities Engineering), P. O. Box 195025, Kodiak, AK 99615. Award will be made on the basis of the lowest evaluated price of the proposals meeting or exceeding the acceptability standards for the non-cost factors. Offerors submit information to show that their qualifications meet or exceed the standards required. Offerors are required to complete a copy of the provisions at 52.212-3 Offerors Representations and Certifications -- Commercial (JAN 1997) with its offer.The provisions at 52.212-1 Instructions to Offerors -- Commercial Items (AUG 1998) apply to this acquisition, and incorporated by reference. The clause 52.212-4 Contract Terms and Conditions -- Commercial Items (APR 1998), applies to this acquisition, and incorporated by reference. The clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JUN 1998) applies to this acquisition with the FAR clauses incorporated by reference as follows: 52.233-3 Protest After Award, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and 52.225-3 Buy American Act -- Supplies. This notice is for informational purposes for Minority Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Quotations and other information are to be received no later than 3 September 1998. Facsimile quotations are acceptable and received at (907) 463-2416 (receiving equipment: Xerox telecopier 7020). For information regarding this solicitation, contact R. B. Wade at (907) 463-2418. Posted 08/18/98 (W-SN238739). (0230)

Loren Data Corp. http://www.ld.com (SYN# 0422 19980820\99-0012.SOL)


99 - Miscellaneous Index Page