Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2005 FBO #1284
SOURCES SOUGHT

K -- Fleet Vehicle Modifications

Notice Date
5/31/2005
 
Notice Type
Sources Sought
 
NAICS
811198 — All Other Automotive Repair and Maintenance
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
Reference-Number-R1005FVREFIT
 
Description
CBP REQUEST FOR INFORMATION VEHICLE MODIFICATION (UP-FIT AND DE-RETROFIT) THIS IS A REQUEST FOR INFORMATION (RFI) AND NOT A REQUEST FOR PROPOSAL (RFP) The Bureau of Customs and Border Protection (CBP) the Department of Homeland Security (DHS) is seeking industry interest and information on a requirement for modification (up-fit and de-retrofit) of vehicles per the specifications of Customs and Border Protection Fleet Management Branch (FMB). The Government seeks alternative approaches to establish and maintain this source or sources of this service. In keeping with this goal, the Government seeks industry input to: discover additional sources for our expanding program discover and implement best practices for procuring this service Overview: CBP FMB is seeking information to identify a vendor[s] that may have interest in operating in various locations throughout the contiguous 48 states. It is the intent of this request to seek a vendor or vendors with the capability to service CBP FMB and the customers with vehicles that meet the specifications required by CBP FMB and its customers. Vendors may choose these locations with the intent of selecting locations for facilities that will provide service for the highest volume of vehicles within in a region. Preliminary planning indicates locations to provide service the following regions: Southwest Southeast Mid-West to serve the Northern portion of the country. Additional planning factors for site location include volume of vehicles and the lowest priced transportation cost to and from the final customer. A secondary consideration is selecting a location[s] that is conducive to the resale market of a de-retrofitted vehicle. Assumptions: For planning purposes, vendors may up-fit and de-retrofit other vehicles regardless if it is of the private or public sector. However, any inventory items assigned, reserved or purchased for CBP FMB or its customers must be secure and only utilized on CBP-designated vehicles. Requests for work on CBP vehicles will take on the highest priority when placed with a vendor. Up-fit and De-retrofitting vendor facilities: Provide planning requirements and assumptions for establishing fully equipped workshops and a stocked parts-rooms to support an up-fit and de-retrofit operation. This includes but is not limited to tools, lifts and any infrastructure requirements. Additionally, all local, state and federal OSHA, EPA, DOT and employment regulations are meet and remain current. Specifications: Prior to any request for proposal, vendors will have the opportunity to visit a facility to inspect the up-fitted vehicle(s), the de-retrofitted vehicles, and requirements documentation to allow for additional vehicle analysis to ensure complete understanding of the specifications and standards required.. Staffing: Provide information pursuant to ensure all appropriate staffing to operate the facilities. Staffing plans must meet or exceed all local, state and federal regulations as it pertains to ?Human Resources? [or other common name]. The vendor must follow any regulations developed or adopted CBP FMB, as necessary. Data Management and Warehousing: Provide the management plan for managing, warehousing and retaining all records pertaining any transactions involved with the building, developing manufacturing, installation, de-retrofitting or any other transaction of customer service. Government Information Technology policies mandate that vendor record keeping and warehousing systems meet all local, state and federal regulations and are compatible with the CBP FMB system of record keeping. Customer Service: Vendor[s] must provide a full service ?customer service? group to inter-act with CBP FMB and the customers to provide information to approved points-of-contacts (POC?s) such as but not limited to, production plan?s and adjustments, inventory availability and cycle count information, expected delivery information, license plate issuance and destruction, warranty updates and management. There are other services that can be offered as the vendor[s] feels it is appropriate. Vendor Compliant: Provide a management plan to address warranty issues. This includes any recognition/approval by the automakers to perform any and all required warranty work. There is no bid package or solicitation document associated with this announcement. This Request For Information is for information and planning purposes only and does not constitute a commitment, implied or otherwise, that the Government will issue a procurement action. No entitlement to payment of direct or indirect costs or charges by the Government will arise as the result of the submission of contractor?s information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. The Government will safeguard proprietary information in accordance with applicable Government regulations. Sources responding to this RFI should provide four copies of their information and estimated cost data to the Contract Specialist at Customs and Border Protection, Attn: Bobby Crockett, 1300 Pennsylvania Avenue, NW, Suite 1310 NP, Washington, DC 20229. Alternatively, submissions via e-mail to the Contract Specialist at bobby.crockett@dhs.gov are acceptable. The estimated cost data are for budgetary/planning purposes only. Firms should also include their business size, CAGE code, Dun & Bradstreet number and GSA Schedule should they possess one. For those small businesses interested in responding to this RFI and who have questions concerning how to conduct business with the Government, please contact Mr. William Bickelman, (202) 344-1168. For other questions or clarifications, contact the Contract Specialist at (202) 344-2591 All submissions will adhere to the following deadlines: Hard copies: 4:00p.m. E.D.T., July 1, 2005 Electronic mail: 4:00 p.m. E.D.T., June 30, 2005
 
Record
SN00818163-W 20050602/050531211521 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.