Type 1 Fire Engine, Type 2 Hazmat Apparatus, Type 6 Wildland Engine
ID: RFI_RR_10-2024Type: Sources Sought
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFBERKELEY NATL LAB - DOE CONTRACTORBerkeley, CA, 94720, USA

NAICS

Heavy Duty Truck Manufacturing (336120)

PSC

FIRE FIGHTING EQUIPMENT (4210)
Timeline
    Description

    The Department of Energy, through the Lawrence Berkeley National Laboratory (LBNL), is seeking suppliers capable of providing a Type 1 Fire Engine, a Type 2 Hazmat Apparatus, and a Type 6 Wildland Engine. The procurement aims to enhance LBNL's emergency response capabilities, with specific requirements outlined for each vehicle type, including advanced safety features, operational specifications, and compliance with national standards for firefighting equipment. These vehicles are critical for effective fire response and hazardous materials management in challenging environments, ensuring safety and operational readiness. Interested suppliers must submit a detailed company information form by October 18, 2024, and can direct inquiries to primary contact Ron Rodrigues at rsrodrigues@lbl.gov or secondary contact Andrew Padilla at arpadilla@lbl.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications for a new Type 1 Fire Engine intended for structural fire response, emergency medical services, and initial rescue operations. Adhering to minimum standards from the National Wildfire Coordinating Group, the fire engine must feature a water tank with at least a 500-gallon capacity, a fire pump capable of delivering varied flow rates at different pressures, and specific lengths of fire hoses. Required equipment includes ladders, various emergency tools, and comfort features such as cab heating and air conditioning. Additionally, the vehicle must incorporate advanced safety equipment, including a Vehicle Data Recorder, intercom systems, and backup camera systems with alarms, as well as compliant warning lights. There are strict physical dimension constraints, with maximum length, height, and width specified, and precise turning radius requirements due to the unique terrain of the LBNL site. Overall, this document serves as a technical guideline for manufacturers and suppliers responding to government solicitations for fire response vehicles, ensuring that safety, performance, and geographic constraints are prioritized.
    The document outlines the specifications for a new Type 2 Hazardous Materials (HAZMAT) Apparatus intended for hazardous materials response in line with California's emergency services guidelines. Key features required include seating for four personnel equipped with communication systems, onboard power generation, and various gas monitoring capabilities (4 gas, flammable, toxic, and radiological). It mandates personal protective equipment such as Level A and B chemical suits, along with required leak patching kits and field testing gear. Safety measures include a data recorder, intercom system, backup camera, sirens, and conforming warning lights. The vehicle must adhere to specific dimensions, including a maximum length of 35 feet and a turning radius appropriate for the LBNL site’s unique topography. Finally, it emphasizes the need for adequate engine power and tire specifications to safely navigate steep inclines at full capacity. This RFP document hence serves to procure a specialized response vehicle that meets strict operational and safety standards in emergency situations.
    The document outlines the specifications for a new Type 6 Wildland Engine, intended for initial wildland fire response and supporting structural fire and rescue operations. The engine must meet the National Wildfire Coordinating Group's standards, including a Ford F-550 chassis with four-wheel drive, a powerful fire suppression system, and various equipment enhancements. Key features include a minimum 400-gallon water tank, a diesel-powered fire pump with specific flow rate requirements, and the capability for "pump and roll" operations. Additional equipment includes a Stokes basket, safety lighting, and flashing warning systems compliant with California regulations. This initiative emphasizes the requirement for advanced firefighting capabilities and operational safety in challenging environments. The focus on essential specifications reflects the government's commitment to effective firefighting resources at state and local levels while fostering adherence to federal safety standards.
    The document outlines specifications and clarifications regarding a Request for Information (RFI) for purchasing fire apparatus, specifically a Type 1 fire engine and Type 2 hazmat apparatus. Key requirements include the provision of fire hoses and adequate space on the truck for them, inclusion of monitoring and detection equipment, personal protective gear, and a computer with specific software loaded. Additionally, the bid specifies a camera for scene characterization that can be elevated for scanning purposes. The truck does not need to be 4x4, as 4x2 is acceptable. This RFI amendment seeks to provide clearer guidance for potential bidders, emphasizing compliance with operational needs while ensuring safety and functionality. The document signifies an essential step in the procurement process for enhancing emergency response capabilities, reflecting the government's commitment to equipping firefighting units appropriately.
    The Lawrence Berkeley National Laboratory (LBNL) has issued a Request for Information (RFI) to gather data from potential suppliers capable of providing a Type 1 Fire Engine, a Type 2 Hazmat Apparatus, and a Type 6 Wildland Engine. The RFI's intent is solely for information gathering, with no proposals being solicited at this stage, and it aims to aid in structuring future procurement activities, estimated for 2025. Prospective respondents must avoid submitting proprietary information, as responses may be publicly disclosed. Interested companies are required to complete a detailed company information form and submit it by October 18, 2024. Specific requirements for each vehicle type are documented separately, and companies must describe their core competencies, management capabilities, quality assurance programs, and other technical abilities related to the provision of the requested fire apparatuses. Contact information for the primary and alternate procurement specialists is provided for any inquiries. This RFI is part of a broader strategy to assess supplier capabilities in support of LBNL's operational needs in fire and safety services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    LBNF Argon Receiving System
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi Research Alliance, LLC, is soliciting proposals for the engineering, manufacturing, installation, and testing of an Argon Receiving System at the Sanford Underground Research Facility (SURF) in Lead, South Dakota. This system is critical for the Long-Baseline Neutrino Facility (LBNF) and the Deep Underground Neutrino Experiment (DUNE), as it will facilitate the delivery, storage, and vaporization of liquid argon (LAr) necessary for the operation of large underground neutrino detectors. The project includes the construction of dedicated truck stations, multiple storage tanks, and associated vaporization and testing equipment, with a focus on compliance with stringent safety and quality standards. Proposals are due electronically by November 12, 2024, with inquiries accepted until October 29, 2024; interested parties can contact Jeremy R. Duncan at jeremyd@fnal.gov for further information.
    Libera Spark ERPT & Pilot Tone or its Equivalent
    Active
    Energy, Department Of
    The Department of Energy, through Brookhaven National Laboratory, is seeking quotes for the procurement of the Libera Spark ERPT and Libera Pilot Tone FE (500 MHz) under a Firm Fixed Price (FFP) contract. Vendors are required to provide a detailed quote that includes their Unique Entity Identifier (UEI), country of origin, and a published price list for price justification, along with compliance documentation for equivalent products if applicable. These items are critical for analytical laboratory operations, emphasizing the importance of quality assurance and adherence to federal safety regulations throughout the procurement process. Interested vendors should submit their quotes to Beth Gilman at gilman@bnl.gov by the specified deadline, ensuring they are registered in the System for Award Management (SAM) to facilitate the procurement process.
    Advanced Light Source Upgrade (ALS-U) Storage Ring “Hard Bend” (HBEND) Magnets
    Active
    Energy, Department Of
    The Department of Energy, through the University of California and the Lawrence Berkeley National Laboratory (LBNL), is soliciting proposals for the manufacturing, assembly, inspection, and testing of "Hard Bend" (HBEND) permanent magnets as part of the Advanced Light Source Upgrade (ALS-U) project. The procurement aims to enhance synchrotron radiation capabilities by producing high-performance permanent magnet dipoles, with two distinct work packages available for bidders. This project is critical for advancing particle accelerator technology and ensuring compliance with federal standards, including the Buy American Act and sustainability regulations. Proposals are due by October 28, 2024, and interested parties should direct inquiries to Martha Grausz at mggrausz@lbl.gov or call 510-486-6618.
    Request for Info - Flexure System
    Active
    Energy, Department Of
    The Department of Energy, through the Lawrence Berkeley National Laboratory (LBNL), is conducting a Request for Information (RFI No. AA-2024-08) to identify potential sources capable of providing advanced flexure systems and vacuum tank sets for the Advanced Light Source Upgrade (ALS-U). This upgrade is critical for enhancing the beam brightness and coherence of the existing soft X-ray facility, necessitating two-degree-of-freedom mirror positioning systems that ensure precision and stability of the X-ray beam. Vendors responding to this RFI must demonstrate expertise in fabrication, machining, and precision metrology, with submissions due by October 8, 2024. Interested parties should contact Arielle Anoop at aanoop@lbl.gov or Martha Grausz at mggrausz@lbl.gov for further information.
    HiCube 80 Neo, DN 63 CF-F, ACP 15
    Active
    Energy, Department Of
    The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking a qualified supplier for the HiCube 80 Neo, DN 63 CF-F, ACP 15, a compact pumping station designed for high vacuum applications. This procurement aims to acquire a reliable and robust system that features simple operation with a touch display and remote control capabilities via a web server, essential for various energy research and development activities. The selected supplier must ensure compliance with the specified technical data and quality standards, with the award based on the Lowest Price Technically Acceptable method. Interested parties should submit their quoted price, delivery timelines, and technical compliance statements to Barbara Garcia at barbarag@slac.stanford.edu by the specified deadline, adhering to the terms outlined in the attached documents, including the Buy American Act Certificate and the Terms & Conditions for Fixed Price Commercial Supplies and Services.
    Procurement of Substation 515 Upgrade Project Equipment Medium Voltage Switchgear for SLAC’s SSRL
    Active
    Energy, Department Of
    The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking proposals for the procurement of medium voltage switchgear as part of the Substation 515 Upgrade Project. This project aims to enhance the electrical infrastructure supporting the SLAC Synchrotron Radiation Laboratory (SSRL), specifically focusing on the installation of new air-insulated and non-SF6 gas-filled switchgear to replace outdated equipment. The upgrade is critical for maintaining operational efficiency and safety during scientific research operations, with a project completion target set before July 2025. Interested vendors must submit their firm-fixed-price proposals by September 30, 2024, with an extension to October 14, 2024, for clarifications, and should direct inquiries to Lorenza Ladao at lladao@slac.stanford.edu.
    532 nm Wavelength Laser with 1 W Power
    Active
    Energy, Department Of
    The Department of Energy, through Argonne National Laboratory, is seeking proposals for the procurement of a 532 nm wavelength laser with a power output of 1 W. The requirements include specific performance metrics such as noise levels below 0.8%, RMS power stability under 0.8%, and high-efficiency single-mode fiber delivery with FC/APC connectors, along with a forced air cooling heat sink plate and a compatible power supply. This equipment is crucial for various analytical applications within the laboratory setting, reflecting the government's commitment to sourcing specialized scientific instruments. Interested suppliers must submit their proposals, including a fully executed ANL-70 Request for Quotation and details on the equipment's country of origin, by 5:00 PM CST on October 7, 2024. For inquiries, contact Laura Sanchez at sanchezL@anl.gov or (630) 252-1621.
    GRETA Shipping Insurance
    Active
    Energy, Department Of
    The Department of Energy, through the Lawrence Berkeley National Laboratory (LBNL), is conducting market research for shipping insurance options for the Gamma Ray Energy Tracking Array (GRETA), a highly valuable scientific instrument valued at $23.7 million. The objective is to secure insurance coverage for the transportation of GRETA from LBNL in Berkeley, California, to the Facility for Rare Isotope Beams at Michigan State University in East Lansing, Michigan, ensuring protection against potential damage during transit. This shipment involves multiple dedicated trucks equipped with air-ride and temperature control, carrying sensitive components that require careful handling to prevent catastrophic loss. Interested insurers are invited to respond to Request for Information (RFI) No. BZ-2025-01 by October 31, 2024, and should direct inquiries to Brian Zatkow at bzatkow@lbl.gov or by phone at 510-495-2547.
    Field Activity Oversight Services
    Active
    Energy, Department Of
    The Department of Energy, through Brookhaven Science Associates (BSA), is soliciting proposals for field activity oversight services related to the groundwater protection program at Brookhaven National Laboratory (BNL). The procurement aims to secure contractor support for monitoring, characterization, operation, and maintenance of groundwater treatment systems, requiring personnel with qualifications in geology or environmental engineering and experience in drilling operations. This initiative is critical for ensuring effective environmental restoration and compliance with safety regulations, reflecting the government's commitment to environmental stewardship. Proposals are due by October 14, 2024, with inquiries directed to Ben Furlow at bfurlow@bnl.gov or by phone at 631-344-4070. The contract is expected to commence on November 1, 2024, and will span a two-year period, with options for three additional one-year extensions.
    SOLICITATION SPE601-24-R-0318, Gases Compressed and Liquefied LAE, LN2, NLL, LNQ, Aberdeen Proving Ground, MD
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking proposals for a five-year contract to supply Liquid Argon (LAE), Liquid Nitrogen (NLL & LNQ), and Liquid Oxygen (OLB) to Aberdeen Proving Ground, Maryland. The contractor will be responsible for delivering these gases, along with associated services such as expedited delivery, general maintenance, and cylinder recertification testing, ensuring compliance with safety and industry standards. This procurement is crucial for maintaining operational readiness at the facility, with proposals due by October 28, 2024, at 3:00 PM CDT. Interested vendors should contact Dovie Gary at dovie.gary@dla.mil or Leno Smith at leno.smith@dla.mil for further information.