SOLICITATION NOTICE
23 -- COMBINED SYNOPSIS/SOLICITATION FOR SPECIAL PROTECTED VEHICLE
- Notice Date
- 2/25/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Wiesbaden Contracting Center, ATTN: AEUCC-C, CMR 410, Box 741, APO, AE 09096-0741
- ZIP Code
- 09096-0741
- Solicitation Number
- DABN01-03-T-0122
- Archive Date
- 6/7/2003
- Point of Contact
- Roswitha Rostock-Clements, 011-49-611-816-2249
- E-Mail Address
-
Email your questions to Wiesbaden Contracting Center
(clementsr@rcc.wbn.usacce.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are bein g requested and a written solicitation will not be issued. The solicitation number DABN01-03-T-0122 is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-11. The Simplified acquisition procedures of FAR Part 13 are applicable to this procurement. This procurement is for four (4) each vehicles. SCHEDULE OF SUPPLIES/SERVICES: 1. GENERAL REQUIREMENTS: The contractor shall provide two (2) each sport utility vehicles (like Chevrolet Surburban 2500LS, 4x4), modified with armoring material (special protected). The contractor shall provide all opaque and transparent armor mater ials, installation hardware, special security equipment, suspension up-grade equipment, braking up-grade, drive line up-grade as/if required (i.e. drive shaft), and all materials needed to make templates in accordance with specifications, and all ballistic certifications for transparent and opaque materials. The contractor shall also be responsible for the administration and logistical support for its personnel, and all tools and labor needed to perform this contract. Additionally, contractor will provide secure area during work performance/modifications, and access will be restricted to allow only plant (contractor) personnel and authorized U.S. Government representative. The contractor will allow U.S. Government representatives to perform random in-progr ess and final inspections of all materials and workmanship along with ballistic testing by lot number and certifications as deemed necessary at no cost to the U.S. Government. 2. PLATFORM DESCRIPTION (VEHICLE): The vehicle to be furnished under this con tract shall be model year 2002/2003 or registered as factory demonstrator model year 2002/2003 , however not exceeding 3000 miles, and shall meet the following specifications at a minimum: Nomenclature: Sport Utility Vehicle, 4 door; Engine: Gasoline, V8 cylinder, Vortec 6000, 320 horsepower; Automatic Transmission; Color: Light Pewter Metallic, Grey, or Silver; Upholstery: Standard by manufacturer in coordination with color; Accessories: Air conditioning; Catalytic Converter; AM/FM Cassette Radio and Clock; Power Windows; Power Steering; Power Brakes; Power Door Locks; Anti-theft security system; Front and Rear Floor Mats (Rubber); Normal Size Spare Tire. 3. GENERAL SPECIFICATIONS, (ARMORING): a. Construction shall integrate opaque/transparent materials and vehicle structural design in such a manner as to withstand and balance structural loads while affording optimum protection throughout the entire passen ger compartment (component design). b. No gaps shall be permitted between opaque armor mating surfaces; opaque to transparent armor transition at front side; rear of passenger or cargo compartment; along all passenger compartment door lines. All paque a rmor materials joining on the same plane shall be overlapped. c. Armoring of the rear cargo area is optional however is not considered essential. The rear cargo area does not need to be accessed from the passenger compartment. d. Armor materials shall be incorporated in such a manner as to allow maximum passenger comfort while limiting alterations to the original design to the maximum extent possible. e. Suspension system, attachment points and related infrastructure components shall be odified to meet after armoring mass of vehicle, (a minimum of 25% upgrade). Consult with vehicle OEM as/if necessary and/or aftermarket firm specializing in suspension systems. f. Brake system shall accommodate after-armoring mass of vehicle and be of such design as to ensure against excessive brake fade and/or failure at high speed ( 100 mi/h plus) and/or repeated use. Consult with vehicle OEM as/if necessary and/or aftermarket firm specializing in braking component systems. g. Drive shaft and couplings (attachment points) and related infrastructure components shall be reinforced to accommodate increased vibration/stress due to additional weight of the armor mass. Consult with vehicle OEM as/if necessary. h. Specific vehicle acceleration, braking and cornering at after armoring mass weight on dry surface should allow for positive controls at all times; performance degradation over unarmored omparably equipped make, series, model should not exceed 15% in braking distance. 4. SECURITY PROTECTION REQUIREMENTS: a. Ballistic classification: Minimum ballistic protection shall provide against 7.62 East Block ammunition (7.62 x 39, M43, SC) fired from a rifle and be in accordance with testing procedures utilized by the Bundeskriminalamt (BKA), Beschussamt, Mellrichs tadt, Germany and/or U.S. testing certification procedures. All opaque (steel or other bulletproof material) and transparent (bulletproof glass) armor shall completely protect vehicle?s interior passenger compartment area (100%) including roof and floor a reas. Seems, joints, gaps, or holes occurring at door openings, with armor panels, between opaque and transparent armor boundaries, shall be constructed such that a projectile following a linear or angled path shall not enter the vehicle?s interior withou t contacting the armor material. Construction shall also minimize a projectile entering the interior due to a ricochet from the armor. Specific areas of the engine compartment (i.e. firewall-dashboard area), hood, and wheel wells must be ?covered? to ens ure no penetration of the passenger compartment. b. Opaque armor: Vehicle shall afford ballistic protection for the protection level specified. All opaque armor materials shall be given a protective coating to ensure a smooth surface and allow for effe ctive inspection of armor materials for cracks. c. Transparent armor: Transparent armor shall be of one-piece construction with anti-spall inner layer. Transparent armor shall be PPG, Isoclima, Triplex or Sully, of glass-plastic (polycarbonate), laminat ed construction and shall have a material alone capability of meeting or exceeding the ballistic protection specified in paragraph a. above. Exposed polycarbonate surface shall be treated with an abrasion-resistant coating. Manufacturer?s markings shall be concealed to the maximum extent possible within the border/trim area. d. Armor materials: Welding, bolting, or bonding may be used to secure the armoring materials. Method of attachment shall ensure structural integrity and protection of the passeng er compartment. Method of armor materials fixation shall preclude dislodgment by ballistic/explosives device or vehicle accident and withstand vibration and/or shifting under normal operating conditions. e. Locking gas cap: The contractor shall instal l a steel covered locking gas cap and supply keys to U.S. Government representatives if vehicle is not equipped. f. Tailpipe protection: The contractor shall install a 6.35 mm by 6.35 mm, twenty (20) gage, stainless-steel mesh in the tailpipe or a 6-10mm bolt; nut to be spot welded. g. Floor armor: Armoring of entire floor area, passenger compartment consisting of an arimyd fiber (e.g. Kevlar) formed with a minimum of eight (8) layers, 120 grams per layer, per square meter. Installation must ensure against gaps and sufficient overla pping with other opaque areas within passenger compartment. Flexible/matted installation is permissible however exposed/fraying edges will not be accepted. Minimum protection level acceptable to withstand blasts underneath the vehicle (hard or soft surfa ce) from two (2) DM 51 German ordnance, grenades and/or similar blasts. h. Run flat tire inserts: standard type or tire/wheel combination (warranteed), all five (5) wheels (includes spare) to allow vehicle to travel at a high rate of speed after puncture. The rims must have capacity to meet or exceed load imposed on each wheel (armor mass and full passenger load). Applicable tire pressure labels to be provided. i. Installation of second battery (backup) with primary-secondary switch easily accessible to the vehicle operator. Both batteries, primary and secondary, are to be same as or equal to Optima Gel Cell battery. Batteries shall be armor protected at same level as identified in paragraph 4a . j. Vehicle management system (black box) if located outside of passenger compartment area shall be armor protected at the same level as in paragraph 4a. k. Contractor will provide capability to install additional wiring between rear cargo/trunk area and passenger compartment and appropriate electrical supply components-connectors for installation of additional communication gear such as telephone, two-way radio, etc. This area must also be armor protected same level as in paragraphs 4a and 4g. l. Oper able window; the driver?s side window of one-piece transparent armor shall be constructed such that the window can be electronically moved up and down. Appearance of operable window shall be identical to the fixed window. Front passenger window, rear dri vers side window, and rear passenger side window shall be disabled to render inoperative. m. Explosion proof fuel tank, fuel cell Safoam type equal to or better, and encased (all exposed areas) with armor, same level as in paragraph 4a. n. If rear c argo area is not armored, then the following shall apply. Assembly of armor between passenger compartment and cargo area shall consist of opaque and transparent armor installed directly behind the rear seat sufficiently overlapped and same armor shall ext end from floor area to the roof line, again ensuring 100% protection of the passenger compartment. Size dimension of transparent portion shall be sufficient to allow for rear view vision with minimal obstruction as not to impede safe operation. o. If un it is equipped with child safety locks, they shall be disabled. p. Contractor will install a public address loudspeaker system (inside/outside): An interior/exterior loudspeaker system shall be provided and will allow vehicle occupants to address and li sten to personnel outside the vehicle. The system shall be installed such that vehicle-generated interference is eliminated. This communication system will be easily accessible to both front occupants. System will also have siren capability, multi-frequ ency. q. Contractor will up-grade vehicle electrical system (alternator), engine cooling system (radiator/oil cooler/transmission cooler) and power steering as/if required based on armor mass-full passenger load and technical consultation with OEM. r. Contractor will install a rear-wheel alignment system; consult w/ Correctrack Inc. at USA toll free 888-862-2167, internet address ? www.correctrack.com. s. Vehicle Operator Indoctrination: Contractor shall perform vehicle operator indoctrination w ith authorized U.S. Government representative. . 5. ADDITIONAL ACCESSORIES: The following additional accessories shall be required: Jack and associated tools to accommodate the additional weight after armoring; Portable fire extinguisher easily accessible to both front occupants; First Aid Kit; Road side Warning Triangl; Vehicle Manufacturer?s Owners Manual in English; Vehicle Manufacturer?s Operator, Parts and Service Manuals in English; 6. CERTIFICATION REQUIREMENTS: The contractor shall provide the following certification with his quote: a. The armor materials provided under the resulting contract meet the criteria described in this solicitation. b. Only those opaque and transparen t armor materials tested by an armor test laboratories (e.g. H.P. White, USA, or Beschussamt, Mellrichstadt, or Ulm in Germany) and having received certification as having met the U.S. Navy armor material standard articulated by the U.S. Department of State shall be used in the special protected vehicle fabrication, (no armor material substitution is authorized, unless tested and certified). c. Original certifications (certified to be original) for opaque and transparent material tested and/or utilized for vehicle to be delivered under the resulting contract including fuel tank and run flat system shall be provided to the Contracting Officer upon request and before award. . 7. PREPARATION FOR DELIVERY: a. Vehicle is to be in clean, drive away condition, to include all fluid levels in normal operating ranges. b. Contractor will provide authorized government representatives an operator, warranty and services booklet in Engl ish containing the following information: - All ballistic certifications (original/certified to be original) for all opaque armor including floor material; all transparent armor; fuel tank protection; run flats and any other ballistic material utilized in the performance of this contract. - Warranty documents; Transparent armor care instructions; Photos along with a short description of all aftermarket components and all special features, i.e. brake system, suspension system, fuel tank, operable window, bl ack box, coverage, dual battery system, locking gas cap, tailpipe protection, armor assembly including floor, kill switch, and etc. ; Dual battery system operation including wiring diagram; Run-flat system including maintenance/service instructions and t ire repair; Description along with photographs of any additional electrical supply components and connectors; Description and operation of operable window including emergency activation; Location and operation of anti-theft alarm ?kill? switch; Descri ption of fuel tank protection; Description, operation, and wiring of public address system and multi-frequency siren; Complete parts reference-description listing for all aftermarket, specialized components/features along with ordering instructions. 8. VEHICLE?S OPERATIONAL AREA: The vehicles may be operated in the Middle East. The Contractor is required to have authorized maintenance/repair and service facilities throughout the regions mentioned or access to. 9. PERIOD OF PERFORMANCE: Exact date of delivery will be coordinated between the Government POC and the contractor. Services shall be accomplished within 90 days after the arrival of the vehicles at the contractor facility. The contractor is responsible for all costs related to the shipment/transportation of the vehicles from the dealership to contractor?s facility. 10. SECURITY/POLITICAL RAMIFICATIONS: The U.S. Government reserves the right to exclude any vehicle offered that does not fit-in with the vehicle operating environment due to security and/or political ramification The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to offerors, with the addendum that if offers are received in more tha n once currency, offers shall be evaluated by converting the foreign currency to U.S. currency using the finance and accounting office disbursing rate (actual rate) in effect on the date of closing date. FAR 52.212-2, Evaluation-Commercial Items: The fol lowing factors shall be used to evaluate offers: 1. Past Performance, 2. Technical, 3. Price. Offeror shall submit documentation reflecting that he has performed these types of services before (references) and comply with aforementioned requirements. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with the offer; FAR 52.212-4, Contract terms and Conditions-Commercial items with addendum that the Government will not pay taxes where an exemption applies; Warranty: The contractor will warranty the following at a minimum: All workmanship: five (5) years; All opaque armor: five (5) years; all transparent armor: tree (3) years; Upgrades, primarily power train, braking system, suspension (after market): three (3) years; Special equipment such as operable window system, self-sealing fuel tank, run flats, public address loudspeaker system, etc.: three (3) years; Contractor shall assign any remaining OEM warranty protection. FAR 52.212-5, Contract Terms and Conditions Required to Implements Statues or Executive Orders-Commercial Items and the following additional clauses therein apply: FAR 52.203-6, 52.222-26, 52.232-33 a nd 52.232-34, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items and th e following additional clauses therein apply: 252.205-7000, 252.225-7021, 252.243,7002, 252.247-7024; Offeror shall include a completed copy of the provision at DFARS 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate. Numbered Note 12 applies. Offers are due no later than 14.00 hours , Central European Time on 08 Apr 2003. Quotes will be accepted by email to clementsr@rcc.wbn.usacce.army.mil or by fax 011-49-(0)-611-816-2254. POC is Ms. Ms. Rostock-Clements, Tel: 01 1-49-(0)611-816-2249.
- Place of Performance
- Address: Wiesbaden Contracting Center ATTN: AEUCC-C, CMR 410, Box 741 APO AE
- Zip Code: 09096-0741
- Country: EU
- Zip Code: 09096-0741
- Record
- SN00265045-W 20030227/030225213430 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |