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