AFFF FOAM TRAILERS

expired opportunity(Expired)
From: Federal Government(Federal)
F1D3228127AW01

Basic Details

started - 06 Jul, 2018 (about 5 years ago)

Start Date

06 Jul, 2018 (about 5 years ago)
due - 16 Jul, 2018 (about 5 years ago)

Due Date

16 Jul, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
F1D3228127AW01

Identifier

F1D3228127AW01
Department of the Air Force

Customer / Agency

Department of the Air Force
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

 1.  Purpose: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice.  This announcement constitutes the solicitation only; proposals are being requested and a written solicitation will not be issued. Solicitation number F1D3228127AW01 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. All responsible sources may submit an offer to be considered by the agency.  2.  Description of Requirement:  The Fire and Emergency Services Flight (CEF) requires the procurement and delivery of two (2) 1000 gallon Air Force Fire Fighting Foam (AFFF) trailers.  The procurement of the materials, delivery of all
components, and travel to and from Joint Base Andrews will all be the responsibility of the contractor.  This requirement will be pursued as a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 336212 (Truck Trailer Manufacturieng) and the small business size standard is 1000, employess.3.  Required Equipment/Services that must be provided by the contractor:                 (2) 1000 Gallon AFFF Foam Trailers Delivered.General Requirements The following specifications are for a mobile foam resupply trailer of 1000 gallon capacity with accessories for use as a firefighting unit.The trailer is intended to be towed by a support vehicle, of adequate capacity, to the scene of a fire and/or various types of spills for the purpose of fire suppression support. A one person operation shall allow for the transfer of foam to the fire at the scene of major incidents.Product shall be completely brand new and of the best quality materials currently used in commercial practice for emergency vehicle fabrication. Materials that deteriorate when exposed to sunlight, extreme weather or operational conditions shall not be used or shall have a means of protection against such conditions that will not prevent compliance with performance standards. Protective coatings that chip, crack, or scale with age or extremes of climatic conditions or by exposure to heat or cold shall not be used.The foam resupply trailer shall comply with all applicable Motor Carrier Safety Regulations, as it pertains to municipal emergency firefighting, concerning size, weight, brakes, lights, load rating and balance. Conformance must meet FMVSS#108, FMVSS#115, FMVSS#120, and FMVSS#125 as stated in FCR title 49 in effect at time of delivery.Weight shall be distributed as equally as practical over the axles and tires of the fully loaded vehicle. Fully loaded units that are unbalanced during standalone operations or while being towed will not be accepted. Tires, wheels and axles shall be adequately sized for the load imposed by the in service weight of the completed trailer.The use of proven nonmetallic materials in lieu of metal is permitted if that use contributes to reduced weight, lower cost or less maintenance and there is no degradation in performance or increase in long term operations and maintenance costs.Foam resupply trailer must be constructed with lowest possible center of gravity when fully loaded with foam concentrate, tools and the appliances specified herein. Performance must be commensurate with smooth and safe highway and moderate off highway operation. Proper weight and balance configuration is essential.4.  System Requirements: TRAILER, TANK, AND COMPARTMENTSTRAILER FRAME:GVWR - Gross vehicle weight rating shall not exceed 14000 pounds when fully loaded and equipped.Size - Overall size of completed trailer (less packaging) not to exceed (approx..) 240" long, 90" wide, 70" high when measured from the ground surface.Frame Weldment - The main trailer platform, cross members and a-frame hitch shall be constructed from rectangular tube steel and entirely MIG welded for maximum strength and torsional stiffness. Frame cross members shall be adequately spaced to support the load of the tank. A channel shaped rear bumper shall be included at the rear behind the tank to protect the rear of the tank. A .125 high bright aluminum diamond plate step area approximately 6" deep x 60" wide shall be provided for reaching the top of the foam tank. The A-Frame nose tubes shall under lap the main frame tubes for maximum strength in this area. A .125 thick aluminum plate shall be provided at the nose area of the trailer for the mounting of the transfer pump.Lashing Points - There shall be (4) lashing points which shall allow the trailer to be safety lashed to the deck of a trailer should the trailer need to be moved other than towing it. These lash points shall be made from ¾" diameter solid steel and bent to form a "V" and shall be positioned appropriately (2) each side of the main trailer frame tubes.Fenders - Trailer fenders shall be heavy duty steel diamond plate type with center reinforcement supports. They shall support a firefighter in full turnout gear.Axles - There shall be two axles, each with a rated capacity of 7,000 lbs. properly located under the trailer frame. Each wheel is to have individual functioning electric brake. Brakes shall have slack adjusters accessible from the back side of the backing plate. The bearings shall be sealed grease type. Hubs shall be cast type with pressed in wheel studs. The suspension shall meet or exceed the capacity of the axles and shall have slipper type springs. The main equalizer pivot point of the suspension shall have grease fittings.Tires and Wheels - Tires to be ST235/80R16LRE. Wheels to be 16 x 6 rated for 3500 lbs. at 80 psi. and shall be matched to tires. Tow hook/Actuator - Military pintle ring type adjustable hitch shall be provided. Safety chains with slip hooks rated for 7000 lbs. each shall be provided at the front of the trailer. A break away line and trailer mounted battery shall be provided to activate brakes should the trailer become uncoupled from the tow vehicle."A" Frame Stand - One heavy duty 2,000 pound crank down detachable type stand to support the loaded trailer during stand-alone trailer operations shall be provided.Trailer Electrical Plug - A round 7 pin male connector shall be provided at the extreme front of the nose tube with at least a 30" cord extending beyond the front of the trailer. The matching female plug shall be provided with a wiring diagram for proper interface between the tow vehicle and the trailer. The main power cord shall terminate into a main sealed junction box located under the nose of the trailer. All wiring shall extend from this box as required. Wiring shall be heavy duty all weather type insulated sized properly for all applied loads and protected from damage by foam concentrate overflow and normal use. Electrical schematic to be provided for wiring tow vehicle. All wiring to be GXL cross linked with color coded function imprint every 4". All wiring shall be in protected channels of metal conduit.Tail, Clearance and License Plate Lights - The trailer lighting shall comply with FMVSS section 108 of FCR 49. There shall be two combination stop-tail-turn lights recess and shock mounted into a channel bumper at the rear of the trailer. Individual clearance lights on brackets shall mark the corners and rear of the trailer as required. A license plate light and bracket shall be located on the street side rear tapered plane of the fender.Warning Lights - Two rear 7 x 8 red flashing LED lights shall be provided on the rear of the trailer. These lights shall be powered from the vehicles 4 way emergency flasher circuit.Rear Tank Overlay - The rear of the tank below the hose bed shall be overlaid with 1/8" high bright aluminum diamond plate to protect the back of the tank from hose and couplings.Work Lights - Two 2.5 x 6 clear lights shall be mounted (1) each side of the pump to illuminate all pump and piping controls for night operation. The switch for these lights shall be on the pump control panel. The power for these lights shall be from the main tail light circuit when the trailer is plugged into the tow vehicle. FOAM TANKSize - Capacity for 1000 U.S. gallons. Low center of gravity type with adequate baffles.Construction - The foam tank shall be constructed of ½" think polypropylene sheet stock with PolymarCo-PP resin. The material shall be a non-corrosive stress relived thermo-plastic, black in color and UV stabilized for maximum protection. The tank shall be designed to be an independent component of the completed vehicle. All joints shall be welded and tested for maximum weld integrity. The transverse partitions are to be fabricated from 3/8 polypropylene and shall be natural in color and shall extend from within 4" of the tank floor to the underside of the covers. The longitudinal partitions shall be fabricated from ½" polypropylene (black in color) and extend from the floor thru the covers to allow for positive welding and maximum integrity. All partitions shall be equipped with vent and flow holes to permit proper flow of foam and air within the tank under all conditions. All partitions interlock with each other and are fully welded to the sidewalls of the tank as well as to each other. The tank covers shall be of a flush design to eliminate trapping of water or foam on the top surface.Fill Tower - A fill tower shall be constructed which will allow the tank to be filled from 5 gallon foam cans. This tower shall be configured to allow two cans to be poured simultaneously into the foam tank. The design shall let the main tank vent as well as positioning the 5 gallon cans to fully self-draining. The tower shall have a hinged lid and a retaining devise to stop the lid from folding over on itself. A pressure vacuum vents shall be installed in this tower lid to eliminate air exchange unless foam is pumped into or out of the main tank or if thermal expansion or contraction of the liquid occurs. A label on the outside of the tower to read "FOAM CONCENTRATE ONLY".Sump - A sump shall be provided to trap any foreign items that may become trapped in the tank. The sump shall be fabricated from ½" copolymer sheet stock and shall be permanently welded to the bottom of the tank.Sump Drain - The floor of the sump shall be fitted with drain outlet. A 2-1/2" port in the sump shall be piped to a 1-1/2" valve to allow the tank to be drained. The valve shall be labeled "DRAIN - FOAM CONCENTRATE".Gauge - A vertical 2" wide translucent section of the tank shall be provided near the pump operator's position to accurately monitor foam level within the tank. Tanks utilizing electronic level devises will not be acceptable. COMPARTMENTSHose Compartments - There shall be two (2) cross lay type hose beds approximately 14" H x 12" W across the front of the tank. Each compartment shall have a minimum capacity of 200 feet of 1.75" double jacketed fire hose. These hose beds shall hold the hose to be used for foam concentrate transfer operations. Each cross lay shall be labeled "CROSS LAY - CONCENTRATE #1 AND CROSS LAY CONCENTRATE #2" respectively.Tool/Adapter/Accessory/Compartments - There shall be one compartment on top of the foam tank immediately behind the cross lay beds on the street side constructed of polypropylene. The compartment shall be fitted with a bright aluminum diamond plate cover and equipped with a hold open devise and a draw type latch. A weather resistant seal shall be provided on the cover. Drain provisions to allow any water entering the compartment to drain out shall be provided.Large Diameter Hose bed - A hose bed open to the rear of the trailer shall be provided on top of the tank. It shall be the entire top width of the tank and shall occupy approximately two thirds of the total tank top surface. The bed shall have 3 sides to form the walls. The side walls shall be capped with 1" OD tubes with a rear 3" radius to allow hose to pay out without damage. This hose bed area shall have a capacity of 1000 ft. of 5" LDH or 1200 ft. of 4" LDH.II. PUMPA. Pump - There shall be a 150 GPM self-priming gasoline driven pump for on loading and off-loading the foam concentrate. Pump to be cast iron with foam resistant internal components. Pump is to have an electric start with recoil back-up, gasoline driven, fuel tank and battery. A battery box shall be fabricated from ¼" co-polymer polypropylene sheet stock to hose battery. This box shall have a removable cover and shall have 5" x 5" vented side panel. The pump shall be mounted at front on the "A" frame portion of the trailer frame. A plastic isolator shall be installed under pump to eliminate contact of dissimilar metals. Provisions to manually fill the pump initially shall be provided. This shall be labeled "FILL TO PRIME". A yellow warning label shall be placed near the pump start controls which reads. "DO NOT RUN ENGINE WITH PUMP DRY OR PUMP SEAL WILL BE DAMAGED. FILL PRIME PORT PRIOR TO STARTING".Pump Connections and Piping - The permanently mounted pump shall be capable of pumping foam concentrate from the tank or from 55 gallon drums. All piping shall be stainless steel or high pressure foam resistant hose. All concentrate valves shall be bronze body full flow with chrome plated brass ball with a nylon seat. Valves shall have lever type handles for rapid opening and closing.NOTE: All plumbing shall be designed for easy maintenance and/or replacement using grooved couplings or mechanical couplings.1). Provide one (1) 2" suction piping arrangement from the tank to the pump with a ¼ turn tank isolation valve mounted at the tank. There shall be a label to identify this valve as "TANK TO PUMP"2). Provide one (1) 1.5" NST-M inlet on main tank to pump (suction) line to be used as an auxiliary suction port connection for a pick up tube device through the suction side of the pump. Also, provide cap and chain for the 1.5" inlet. This inlet shall be labeled "AUX. SUCTION"3). Provide two (2) 1.5" gated concentrate outlets from discharge side of pump. Both shall be plumbed to the bottom of each of the two cross lay hose compartments for concentrate transfer operations. Each discharge shall terminate in a 1.5" 90° continuous type brass swivel device mounted below hose beds to facilitate left or right side deployment of foam supply hose without kinking from the pump. Each valve shall be labeled "CROSS LAY - CONCENTRATE #1 AND CROSS LAY CONCENTRATE #2", respectively.4). Provide (1) gated concentrate outlet from the pump back to the tank to allow foam to be on loaded into the tank from the on board pump. The inlet connection within the tank shall extend straight downward to within 1" of the floor to reduce foam agitation while filling.III. ACCESSORIESProvide the following accessories for use with the foam resupply trailer:Suction Hose - Provide one (1) approximately 72" long PVC 1.5" suction line with an 18" and a 40" PVC pipe pick up tube for drawing concentrate from 5 gallon cans or from 55 gallon barrels. This suction hose assembly shall also have a PVC 1-1/2" quarter turn ball valve located at the suction end of the hose to allow the pump operator to control foam flow into the pump while switching concentrate supply containers. Provisions shall be made to safely carry these items on the trailer.Fill Nozzles - Provide two fill nozzles for the end of each of the concentrate hose bed hoses. Each fill nozzle shall consist of a 1-1/2" quarter turn PVC ball valve with a 1-1/2 NST-F swivel inlet x 1-1/2 NST-M outlet. These are to allow for direct bottom filling of foam tanks. Two 90 degree pipe extensions shall be included that are approximately 42" in length and have a 1-1/2" NST-F swivel inlet connection. These can be added to the fill valves for top filling of other foam tanks through there fill towers. Provisions shall be made to safely carry these items on the trailer.Manuals/Instruction - Technical manuals, parts manuals, and repair manuals for all installed equipment and accessories shall be provided with the trailer. They shall include all maintenance recommendations and full operational information for each function that the trailer is designed to perform.Wheel Chocks- One set of wheel chocks shall be provided to allow the trailer to operate as a stand-alone unit. Provisions shall be made to safely carry these wheel chocks on the trailer.IV. TREATING AND PAINTINGPainting - A proven urethane automotive paint system shall be used to prime and paint the foam resupply trailer and the tank. Prior to priming, the entire steel trailer frame weldment shall be sand blasted to remove all mill scale and oils. Then it is to be hand sanded and primed. Any areas of overlapping seams shall be caulked after priming and before finish top coat. A bottle of touch up paint matching the top coat color shall be provided. The paint finish shall be of an automotive type quality. The color is to be as follows: COLOR - Fire Truck RedLettering - The trailer shall be lettered as directed below. (up to 80 2" or 3" letters are to be provided. Up to two 3" stripes may be specified. All lettering to be Scotchlite.Lettering sides of trailer United States Air ForceStriping sides of trailer 1" White, 1" Gap, 4" White, 1" Gap, 1" White   V. OTHER IMPORTANAT INFORMATIONAdditional Requirement Specifications:  See attached Andrews Trailer Specification documentWarranty:  Contractor warrants that the material furnished on this order is free from mechanical defects or faulty workmanship for a period of one (1) year from the date of installation (or such other warranty period that may appear on face of Quotation/Offer to Sell), whichever occurs first, provided it has been maintained in accordance with the contractor's instructions and/or recommendations.  The contractor shall be released form all obligations under this warranty in the event repairs or modifications are made by persons other than its own or authorized service personnel unless such repairs by others are made with the written consent of the contractor.  The contractor makes no warranty concerning components or accessories not manufactured by the contractor, but will pass on to the purchaser all warranties of manufacturers of such components.  Hours of Operation:  Once the contract is awarded, the contractor must contact 11 CES/CEF at 301-981-4986 at least 14 days prior to arrival.  This will allow the flight to ensure the contractor has access to the installation.  Upon arrival at Joint Base Andrews, the contractor must contact the fire department dispatch center (Commercial: 301-981-4986) at least thirty minutes prior to arrival.  This will ensure there are personnel available to escort them to the location of the vehicles if necessary.  The schedule for installation will be agreed upon by the customer and contractor before the contractor arrives at Joint Base Andrews.  It is preferred that the contractor complete the work Monday through Friday between 0730 and 1730. Shipping Information & Instructions:  Delivery shall be the sole responsibility of the vendor.  The contractor will provide the delivery within 60 days of their procurement of the contract.  The contractor is required to acquire and bring all required parts and equipment necessary for delivery.  Transportation to and from Joint Base Andrews will be the responsibility of the contractor.  Deliverables and performance will be provided to the 11 CES/CEF Flight, Fire Station 1, 1287 South Dakota Avenue, Joint Base Andrews, Maryland  20762. Anticipated Period of Performance will be 30 - 60 days after award. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/  or http://www.arnet.gov/far/ .   The following provisions are applicable:   52.212-1 - Instructions to Offerors - Commercial (Jan 2017) 52.212-2 - Evaluation -- Commercial Items. The Government will award a Purchase Order resulting from this RFQ to the most responsive, responsible offeror whose offer represents the best value in terms of lowest price being technically acceptable.  The government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer.   52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/  or from https://www.sam.gov/  if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration.  52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.204-7 - System for Award Management Registration Deviation (Jul 2013) 52.211-17 - Delivery of Excess Quantities (Sep 1989); 52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2017);      52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017) Alternate I (DEVIATION) (Jan 2017);  52.222-3 - Convict Labor (Jun 2003);  52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Oct 2016);  52.222-21 - Prohibition of Segregated Facilities (Apr 2015);  52.222-26 - Equal Opportunity (Sep 2016); 52.222-50 - Combating Trafficking in Persons (Mar 2015); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997);   52.223-6 - Drug-Free Workplace (May 2001); 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33 - Payment by Electronic Funds Transfer--System for Awards Management (Jul 2013); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-2 - Clauses Incorporated by Reference (Feb 1998); 52.252-6 - Authorized Deviations in Clauses (Feb 1998); 252.204-7004 - Alternate A, System for Award Management (May 2013); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable; 252.223-7004 - Drug-Free Work Force (September 1988); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012); 252.232-7006 - Wide Area Workflow Payment Instructions (May 2013); 6. The contracting office address is as follows:            11th Contracting Squadron            1349 Lutman DriveJoint Base Andrews, MD  20762 7.  All quotes must be sent via e-mail to Mr. Charles Maddox at charles.n.maddox.civ@mail.mil. Quotes shall be submitted no later than 12:00 PM EST, 16 Jul 2018. Questions shall be submitted no later than 12:00 PM EST, 13 Jul 2018 to allow responses to be posted on FBO prior to proposal due date. Email is the preferred method of communication. Late replies to the Combined Synopsis/Solicitation will be processed in accordance with FAR 52.212-1(f), "Late submission: modifications, revisions and withdrawals of offers."The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the government cancels this solicitation the government has no obligation to reimburse an offeror for any costs incurred in preparation of this quote.Contact Information: CHARLES MADDOX, Contracting Specialist, Phone 2406125662, Email CHARLES.N.MADDOX.CIV@MAIL.MIL Office Address :1349 Lutman Drive Joint Base Andrews MD 20762-6500 Location: 11th Contracting Squadron Set Aside: Total Small Business

Fire Station 1, 1287 South Dakota AveJoint Base Andrews, MDLocation

Address: Fire Station 1, 1287 South Dakota AveJoint Base Andrews, MD

Country : United States

You may also like

Mechanical System Water Treatment, Chemicals, Inspection and Services Contract Extension

Due: 28 Feb, 2025 (in 10 months)Agency: Little Rock School District

Classification

NAISC: 336212 GSA CLASS CODE: 12