Aircraft Rescue and Fire Fighting Vehicle

Agency: State of Vermont
State: Vermont
Level of Government: State & Local
Category:
  • 42 - Fire Fighting, Rescue, and Safety Equipment
Opps ID: NBD14408565211988411
Posted Date: Mar 7, 2024
Due Date: Apr 22, 2024
Source: Members Only
TITLE QUESTIONS DUE ANSWERS POSTED DUE DATE NO POSTING AFTER
Aircraft Rescue and Fire Fighting Vehicle
03/25/2024 04:30PM


04/22/2024 04:30PM

Attachment Preview

Department of Buildings and General Services
Office of Purchasing & Contracting
133 State Street, 5th Floor | Montpelier VT 05633-8000
802-828-2211 phone |802-828-2222 fax
http://bgs.vermont.gov/purchasing
Agency of Administration
SEALED BID
REQUEST FOR PROPOSAL
Aircraft Rescue and Fire Fighting Vehicle
ISSUE DATE
QUESTIONS DUE
RFP RESPONSES DUE BY
March 7, 2024
March 25, 2024 – 4:30 PM EST
April 22, 2024 – 4:30 PM EST
PLEASE BE ADVISED THAT ALL NOTIFICATIONS, RELEASES, AND ADDENDUMS ASSOCIATED
WITH THIS SOLICITATION WILL BE POSTED AT:
http://www.bgs.state.vt.us/pca/bids/bids.php
THE STATE WILL MAKE NO ATTEMPT TO CONTACT INTERESTED PARTIES WITH UPDATED
INFORMATION. IT IS THE RESPONSIBILITY OF EACH BIDDER TO PERIODICALLY CHECK THE
ABOVE WEBPAGEFOR ANY AND ALL NOTIFICATIONS, RELEASES AND ADDENDUMS
ASSOCIATED WITH THIS SOLICITATION.
STATE CONTACT:
Kyle Emerson, State Purchasing Agent II
E-MAIL:
kyle.emerson@vermont.gov
USE SUBJECT: AIRCRAFT RESCUE AND FIRE FIGHTING VEHICLE
1. OVERVIEW:
1.1. SCOPE AND BACKGROUND: Through this Request for Proposal (RFP) the Office of Purchasing &
Contracting (hereinafter the “State”) is seeking to establish contracts with one company that can provide
an Aircraft Rescue and Fire Fighting (ARFF) Vehicle.
1.2. CONTRACT PERIOD: Any contract(s) arising from this solicitation will be for a period of up to 560 days.
The State anticipates the start date for such contract(s) will be as soon as practicable.
1.3. SINGLE POINT OF CONTACT: All communications concerning this solicitation are to be addressed in
writing to the State Contact listed on the front page of this solicitation. Actual or attempted contact with
any other individual from the State concerning this solicitation is strictly prohibited and may result in
disqualification.
1.4. BIDDERS’ CONFERENCE: A bidders’ conference will not be held.
1.5. QUESTION AND ANSWER PERIOD: Any bidder requiring clarification of any section of this solicitation
or wishing to comment on any requirement of the solicitation must submit specific questions in writing no
later than the deadline for question indicated on the first page of this solicitation. Questions may be e-
mailed to the point of contact on the front page of this solicitation. Questions or comments not raised in
writing on or before the last day of the question period are thereafter waived. At the close of the question
period a copy of all questions or comments and the State's responses will be posted on the State’s web
site http://bgs.vermont.gov/purchasing/bids. Every effort will be made to post this information as soon as
possible after the question period ends, contingent on the number and complexity of the questions.
1.6. CHANGES TO THIS SOLICITATION: Any modifications to this solicitation will be made in writing by the
State through the issuance of an Addendum to this solicitation and posted online at
http://www.bgs.state.vt.us/pca/bids/bids.php . Modifications from any other source are not to be
considered.
1.7. CONTRACT QUANTITY: Any quantities stated in the detailed requirements of this solicitation are
estimates only based on prior usage, and are annual quantities, unless otherwise stated. Actual
purchases may be higher or lower depending on the State’s needs.
1.8. SOURCE OF FUNDS:
Socioeconomic affirmative steps under 2 C.F.R. § 200.321 If using applicable federal funds
Socioeconomic affirmative steps under 2 C.F.R. § 200.321 affirmative steps must include at least the
following six steps:
1. Placing qualified small and minority businesses and women’s business enterprises on
solicitation lists;
2. Assuring that small and minority businesses and women’s business enterprises are solicited
whenever they are potential sources;
3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to
permit maximum participation by small and minority businesses, and women’s business
enterprises;
4. Establishing delivery schedules, where the requirement permits, which encourage participation
by small and minority businesses, and women’s business enterprises;
5. Using the services and assistance, as appropriate, of such organizations as the Small
Business Administration and the Minority Business Development Agency of the Department of
Commerce; and
6. Requiring the prime/general contractor, if subcontracts are to be let, to take the same
affirmative steps as listed in numbers 1 through 5.
If a bidder requires assistance in preparing their proposal or needs guidance on socioeconomic
certifications, the bidder may contact the Procurement Technical Assistance Center (PTAC). PTAC
Revised April 19, 2023
Page 2 of 20
specializes in helping small businesses navigate the documentation associated with State and Federal
procurement. Their website is: https://accd.vermont.gov/economic-development/programs/ptac
2. DETAILED REQUIREMENTS:
2.1. DESCRIPTION
2.1.1.This item shall consist of furnishing all labor, equipment, and materials necessary to manufacture,
deliver, set up and commission, test, and train airport personnel on the operation of a new Aircraft
Rescue and Firefighting (ARFF) Vehicle at the Rutland Southern Vermont Regional Airport. It shall
also include mounting, storing, or attaching all ancillary equipment provided by others. All work will be
done in strict conformance with these specifications.
2.1.2.Airport Location
2.1.2.1. Rutland Southern Vermont Regional Airport – 1002 Airport Rd, North Clarendon, VT 05759
2.2. ARFF VEHICLE REQUIREMENTS
2.2.1.The ARFF Vehicle shall be manufactured according to the requirements set forth in the VEHICLE
PROCUREMENT SPECIFICATIONS, attached as Exhibit A-1 to this request for proposal.
2.2.2.Prior to the commencement of any activities, the contractor shall attend a mandatory pre-
manufacturing meetings which may include representatives from the State of Vermont, the ancillary
equipment vendor, ARFF vehicle manufacturer and Federal Aviation Administration. The pre-
manufacturing meeting will be held to discuss the work in general, including administrative matters; to
answer any questions of the Vendor; to introduce all parties and describe responsibilities, and to
resolve any potential problems before the work commences. This meeting will be conducted via
Microsoft Teams.
2.2.3.Meetings - It is expected that the meeting schedule will include a kickoff meeting and The State of
Vermont will hold regular virtual meetings, with at least one meeting per quarter, open to all
representatives invited to the pre-manufacturing meeting. These meetings will be mandatory for the
contractor.
2.3. FIREFIGHTING AGENTS AND PROPELLANTS
2.3.1.The Contractor shall provide a complete set of firefighting agents and propellants for system testing at
the airport. Upon completion of testing, the Contractor shall refill and/or replace each agent and
propellant to the quantity meeting the procurement specifications.
2.4. ANCILLARY EQUIPMENT REQUIREMENTS
2.4.1.The Contractor shall provide the equipment as outlined in the attached vehicle procurement
specifications. All other equipment, tools, and supplies will be provided by a separate procurement. It
shall be clear to bidders that while they may choose to bid on both the separate ARFF vehicle and
equipment RFPs, they are not required to and may bid either or both.
2.4.2.The Contractor shall closely coordinate with the provider of the separately procured ancillary
equipment. The Contractor shall mount, store, or attach all ancillary equipment provided by others.
This shall include any adjustments to shelves, compartment configuration, and SCBA storage tubes,
if provided. This shall also include the mounting of ladders and hoses.
2.4.3.The Contractor shall closely coordinate with the provider of radios and communications systems to
ensure that compartments and spacing are sized properly and shall mount and hard wire the radio
and communications systems. The Contractor shall also mount and hardwire the portable hand-held
lantern chargers.
2.4.4.The ancillary equipment provided by others is attached for references as Exhibit A-2 to this request
for proposal. The Contractor shall be required to closely coordinate with the ARFF ancillary
equipment supplier to ensure that the Contractor receives all equipment, tools, supplies, and
mounting systems listed under Exhibit A-2 Ancillary Equipment List, Schedule B, 90 to 30 calendar
days prior to the delivery date of the vehicle.
2.5. DELIVERY
Revised April 19, 2023
Page 3 of 20
2.5.1.Shipment: The Contractor is responsible for the safe and timely delivery of the ARFF vehicle and any
included accessories, spare parts, and tools to the airport location.
2.5.1.1. Delivery address:
2.5.1.1.1.
Rutland Southern Vermont Regional Airport – 1002 Airport Rd, North Clarendon,
VT 05759
2.5.2.Inspection: Upon arrival the Purchaser shall inspect the ARFF vehicle. Verify no damage occurred
during shipment and the ARFF vehicle arrived as expected.
2.6. PAYMENT
2.6.1.Method of measurement.
2.6.1.1. The ARFF vehicle shall be measured for payment as a single Item, complete, delivered,
set up, commissioned, and ready for operation by the airport to the satisfaction of the Owner.
2.6.2.Basis of payment.
2.6.2.1. Payment for the “ARFF Vehicle – Class III” shall be made at the contract lump sum price
for the vehicle including manufacturing, testing, and inspection, packaging, firefighting agents
and propellants for training and refill/replacement to meet procurement requirements, training by
the vendor at the Airport, and delivery of the vehicle as described in these Specifications. Also,
included in the measurement shall be all warranty requirements and owner’s manuals. The
vehicle shall be ready for operation upon delivery. The vehicle shall be transported via transport
truck (the truck cannot be driven from the factory to the Airport).
2.6.2.2. Payment for “Mounting of Equipment” shall be made at the contract lump sum price which
shall include all coordination, mounting, storing, attaching, adjustments, and any other work
necessary to mount, store, or attach the ancillary equipment, tools, and supplies provided by
others.
2.6.2.3. It is anticipated that work covered by the contract will be awarded at the latest in October
2024. FAA guidance precludes delivery of the ARFF Vehicle in less than 360 days. It shall be
clearly understood that bidders must hold the bid price submitted for the ARFF Vehicle and
Ancillary Equipment Mounting as valid for the full duration of the award and contract period.
2.6.2.4. Payment will be made under:
ITEM
M-001-1
M-001-2
DESCRIPTION
Airport Rescue and Fire Fighting Vehicle
Mounting of Ancillary Equipment
UNIT
per Lump Sum
Per Lump Sum
3. GENERAL REQUIREMENTS:
3.1. PRICING: Bidders must price the terms of this solicitation at their best pricing. Any and all costs that
Bidder wishes the State to consider must be submitted for consideration. If applicable, all equipment
pricing is to include F.O.B. delivery to the ordering facility. No request for extra delivery cost will be
honored. All equipment shall be delivered assembled, serviced, and ready for immediate use, unless
otherwise requested by the State. No charge for packing, shipping, or for any other purpose will be
allowed over and above the price quoted.
3.1.1.Prices and/or rates shall remain firm for the initial term of the contract. The pricing policy submitted by
Bidder must (i) be clearly structured, accountable, and auditable and (ii) cover the full spectrum of
materials and/or services required.
3.1.2.Cooperative Agreements. Bidders that have been awarded similar contracts through a competitive
bidding process with another state and/or cooperative are welcome to submit the pricing in response
to this solicitation.
Revised April 19, 2023
Page 4 of 20
3.2. STATEMENT OF RIGHTS: The State shall have the authority to evaluate Responses and select the
Bidder(s) as may be determined to be in the best interest of the State and consistent with the goals and
performance requirements outlined in this solicitation. The State of Vermont reserves the right to obtain
clarification or additional information necessary to properly evaluate a proposal. Failure of bidder to
respond to a request for additional information or clarification could result in rejection of that bidder's
proposal. To secure a project that is deemed to be in the best interest of the State, the State reserves the
right to accept or reject any and all bids, in whole or in part, with or without cause, and to waive
technicalities in submissions. The State also reserves the right to make purchases outside of the awarded
contracts where it is deemed in the best interest of the State.
3.2.1.Best and Final Offer (BAFO). At any time after submission of Responses and prior to the final
selection of Bidder(s) for Contract negotiation or execution, the State may invite Bidder(s) to provide a
BAFO. The state reserves the right to request BAFOs from only those Bidders that meet the minimum
qualification requirements and/or have not been eliminated from consideration during the evaluation
process.
3.2.2.Presentation. An in-person or webinar presentation by the Bidder may be required by the State if it
will help the State’s evaluation process. The State will factor information presented during
presentations into the evaluation. Bidders will be responsible for all costs associated with providing
the presentation.
3.3. METHOD OF AWARD: Awards will be made under the provisions of 29 V.S.A. § 903. The State may
award one or more contracts and reserves the right to make additional awards to other compliant bidders
at any time if such award is deemed to be in the best interest of the State. All other considerations being
equal, preference will be given to the following as identified in the applicable Certificate of Compliance.
3.3.1.resident bidders of the state and/or to products raised or manufactured in the state;
3.3.2.purchase of goods, products, or materials produced in the United States (including but not limited to
iron, aluminum, steel, cement, and other manufactured products) when the award involves the use of
applicable federal funds under 2 C.F.R. § 200.322)
3.3.3.bidders who have practices that promote clean energy and address climate change.
3.4. CONTRACT NEGOTIATION: Upon completion of the evaluation process, the State may select one or
more bidders with which to negotiate a contract, based on the evaluation findings and other criteria
deemed relevant for ensuring that the decision made is in the best interest of the State. In the event State
is not successful in negotiating a contract with a selected bidder, the State reserves the option of
negotiating with another bidder, or to end the proposal process entirely.
3.5. COST OF PREPARATION: Bidder shall be solely responsible for all expenses incurred in the
preparation of a response to this solicitation and shall be responsible for all expenses associated with any
presentations or demonstrations associated with this request and/or any proposals made.
3.6. CONTRACT TERMS: The selected bidder(s) will be expected to sign a contract with the State, including
the Standard Contract Form and Attachment C as attached to this solicitation for reference. If IT
Attachment D is included in this solicitation, terms may be modified based upon the solution proposed by
the Bidder, subject to approval by the Agency of Digital Services.
3.6.1.Business Registration. To be awarded a contract by the State of Vermont a bidder (except an
individual doing business in his/her own name) must be registered with the Vermont Secretary of
State’s office https://sos.vermont.gov/corporations/registration/ and must obtain a Contractor’s
Business Account Number issued by the Vermont Department of Taxes http://tax.vermont.gov/ .
3.6.2.The contract will obligate the bidder to provide the services and/or products identified in its bid, at the
prices listed.
3.6.3.Payment Terms. Percentage discounts may be offered for prompt payments of invoices; however,
such discounts must be in effect for a period of 30 days or more in order to be considered in making
awards.
3.6.4.Quality. If applicable, all products provided under a contract with the State will be new and unused,
unless otherwise stated. Factory seconds or remanufactured products will not be accepted unless
Revised April 19, 2023
Page 5 of 20
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >