Norfolk Airport Authority Addendum #1 to the Invitation ... Airport... · Comment: Please clarify...

16
Norfolk Airport Authority Addendum #1 to the Invitation for Bids Acquire ARFF 3,000 Gallon Vehicle Posted January 28, 2019 Included in this Addendum: 1. January 16, 2019 Pre-bid Meeting Roster of attendees 2. January 16, 2019 Pre-bid Meeting PowerPoint information 3. Questions from Potential Offerors with Norfolk Airport Authority responses Offerors are reminded to include all pages of this addendum with submitted proposals. Each page of the addendum must be initialed.

Transcript of Norfolk Airport Authority Addendum #1 to the Invitation ... Airport... · Comment: Please clarify...

Norfolk Airport Authority Addendum #1 to the Invitation for Bids

Acquire ARFF 3,000 Gallon Vehicle Posted January 28, 2019

Included in this Addendum:

1. January 16, 2019 Pre-bid Meeting Roster of attendees 2. January 16, 2019 Pre-bid Meeting PowerPoint information 3. Questions from Potential Offerors with Norfolk Airport Authority responses

Offerors are reminded to include all pages of this addendum with submitted

proposals. Each page of the addendum must be initialed.

Pre-bid Meeting January 16, 2019 1:30 p.m.

Sign Roster This meeting is optional. Potential Offerors

are not required to attend. Copy of this presentation will be available on

website. http://www.norfolkairport.com/business-opportunities

Offeror must submit one (1) original and three (3) copies of the proposal, along with a digital copy.

Digital copy can be on either DVD, CD, or flash drive.

The purpose of this project is to replace an existing 1993 Oshkosh 3,000 gallon ARFF vehicle with a new 3,000 gallon vehicle.

Offeror must provide airfare, separate hotel accommodations, and ground transportation for two (2) Norfolk Airport employees to visit the assembly facility on three (3) separate trips, for two (2) days each trip, for the purpose of a pre-build meeting, mid-term inspection, and a FAA testing/final inspection.

The Invitation for Bid includes the more detailed specifications. Contract time is 365 calendar days.

Vehicle MUST be in compliance with Federal Aviation Administration Advisory Circular 150/5220-10E as well as the NFPA Pamphlet 414.

Refer to the bid documents in Section IV.D. regarding exceptions to the vehicle specifications.

Questions from Offerors must be submitted no later than January 22, 2019 at 5:00 p.m. to:

Steve Sterling, Deputy Executive Director Norfolk Airport Authority 2200 Norview Ave. Norfolk, VA 23518 or by email to [email protected]

Responses will be in the form of an addendum and will be posted to the Norfolk Airport Authority website under Business Opportunities as well as emailed to the attendees of this meeting (to the email address on the roster).

A 5% Bid Bond shall be submitted with the Offeror’s Bid. Will accept cashier’s check, certified check or a bid bond. Bid Bond form is included in Bid Documents.

Proposals due February 26, 2019 at 2:00 p.m. local time in the Administration office of the Norfolk Airport Authority.

If the Authority issues an addendum to the Contract prior to the date established for receipt of Proposals, the addendum shall be acknowledged in the proper section of the proposal form. The Authority will post the addendum to the Norfolk Airport Authority’s website under Business Opportunities.

The Authority will record any questions asked and will respond to the questions in the addendum.

Verify signed roster

Norfolk Airport Authority Acquire ARFF 3,000 Gallon Vehicle

Invitation for Bids 2018 Submitted Questions with Responses

1. 3.2.3.1 Mirrors Requirement: “…Where justified, a rear view camera/monitor system that meets or exceeds the field of vision provided by the wide-angled mirrors may be substituted for mirrors. The system will include a rear view camera mounted on each side of the ab and a monitor for each camera mounted above the driver in the cab.” Comment: Please clarify if a standard back up camera or a three camera back up camera system is required. There is a box included for justification and ADO/FAA approval which is left blank with no justification. The language appears to have been modified from the published Advisory circular spec which reads: “ The vehicle will have a back-up (rear-view) camera with a display monitor mounted above the driver in the cab. Cameras and monitors that are designed to replace the function of the side-view mirrors are not an approved option for this specification.” Norfolk Airport Authority Response: The Authority requests a standard back up camera.

2. 3.3.11.2 Compressed air shoreline or vehicle -mounted auxiliary air compressor. Comment: Please clarify which option is required to keep the air system charged while parked in the fire house.– #1) A compressed air shoreline connection or #2) a vehicle mounted auxiliary air compressor. Norfolk Airport Authority Response: A compressed air shoreline connection.

3. Item 3.4.7 indicates the driver and turret operator’s seat are to have an SCBA back. We would just like to make sure you want the driver seat to have an SCBA back? This can be provided, but it is not as comfortable as a standard back seat usually used for the driver position. An SCBA bracket is mounted on the rear wall of the cab to store the SCBA pack for vehicles that have a standard back driver’s seat. Norfolk Airport Authority Response: Driver’s position – NO SCBA in driver’s seat (request standard seat. Second seat – SCBA in Operator’s seat (request SCBA seat).

4. Item 3.4.7.1 indicates a third and fourth seat for crew members will be included. Are these SCBA or standard back seats? Both options are available (These seats with SCBA backs are also a good alternative storage location for the driver to have quick access to their SCBA). Norfolk Airport Authority Response: The Driver seat will not be equipped with SCBA.

The 2nd, 3rd and 4th seats will be equipped with SCBA.

5. 3.4.7.1 Seats Comment: The paragraph includes the requirement for the 3rd and 4th seat. However, the justification box directly below it states “Not applicable” The Advisory Circular text appears to have been modified. The following paragraph and table is missing. Please clarify the seating requirements. Norfolk Airport Authority Response: See Question #4.

6. Item 3.6.7.1 indicates there should be 150’ of dry chemical hose but Item 3.7.2 indicates there should be at least 100’ of dry chemical hose. Please confirm there is only one reel required for the dry chemical hose and how many feet of dry chemical hose is required. Norfolk Airport Authority Response: Confirm one reel of dry chemical (PKP) hose is required with 100 feet of 1” hose.

7. 3.6.7.1 & 3.7.2 Dry Chemical Hose Reel Both referenced paragraphs specify a dedicated dry chemical hose reel. We will provide one dry chemical hose reel equipped with 150’ of 1” hose. The reel will be located in an upper compartment. The customer can choose the location LH or RH. The Halotron reel specified in paragraph 3.8.2 will be installed in the upper compartment on the opposite side of the truck. Norfolk Airport Authority Response: One reel is required for the PKP dry chemical system. This reel will be located on the LEFT upper side compartment. The Halotron system will be located on the RIGHT upper side compartment.

8. Item 3.8.4 indicates the vehicle shall be delivered with 1,000 lbs of Halotron I and a refill kit. We did not see any specification for the amount of dry chemical or foam (and type) that is to be included with this bid. Please indicate where this can be found or provide the amounts of each agent to be included with the bid. Norfolk Airport Authority Response: Dry Chemical (PKP) storage capacity is 500 lbs. FOAM (AFFF 3%) storage capacity amount is 420 gallons.

9. 3.8.4 Halotron Agent Paragraph 3.8.4 has been added to the published FAA specification. We are able to provide 1,000 pounds of Halotron agent. Norfolk Airport Authority Response: The Authority agrees with the amount listed in this question.

10. 3.9.5.4, 3.9.5.5 & 3.9.5.6 Please change each paragraph referenced to LED lights will be used. Norfolk Airport Authority Response: All lights referenced in these sections will be LED lights.

11. 3.9.10 Auxiliary Generator

Please revise this requirement to 10 kW as published in the FAA 150/5220-10E Advisory Circular. LED lighting technology has drastically reduced the power required for scene lighting. The vehicle mounted LED scene lighting specified will consume approximately 500 watts leaving 9.5kW of available power to 110V tools or additional scene lighting. Norfolk Airport Authority Response: The Authority revises the specifications to 10 kW.

12. 6.3 Agents required Paragraph 6.3 has been modified from the published FAA Advisory Circular specification. Please clarify the quantity of extinguishing agent required. Example: 420 gallons of 3% Mil Spec AFFF, 500 pounds of Purple K Dry Chem. Halotron is identified above in paragraph 3.8.4. Norfolk Airport Authority Response: The quantities listed in the question are correct.

13. Page W2 of 2 Warranty. Requirement: “10 year Warranty on the vehicle body and structure.” & “The warranty for any work repaired or replaced during the guarantee period shall run for a period of three (3) years from the date of repair of replacement.” Comment: Please remove these requirements from the document. A one year vehicle warranty is specified. Norfolk Airport Authority Response: A one-year warranty is acceptable.

14. Also, there are a couple standard items on vehicles built using the FAA AC 150/5220-10E that we did not identify in your bid. We would like to ensure we did not miss any of these items or see if you may want to add them with your bid specification: Reverse camera

Power side windows Norfolk Airport Authority Response: Please add both the reverse camera and the power side windows to the specifications.

End of Questions