Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
SOLICITATION NOTICE

25 -- Retrofit 46 Government Vehicles in Irving, TX

Notice Date
7/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
441310 — Automotive Parts and Accessories Stores
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, DC, 20536, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
VDA7P0590
 
Response Due
7/18/2007
 
Archive Date
7/19/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is VDA7P0590 and is issued as a Request for Quotes (RFQ). The associated North American Industry Classification System (NAICS) code is 441310. Size Standard is 6.5. Immigration & Customs Enforcement (ICE) has a requirement to retrofit a range of government emergency equipment and to install the equipment in forty-six (46) vehicles in the surroundings of Irving, Texas. In accordance with FAR 52.211-6 Brand Name or Equal, the Government will consider equivalent products. The Government will award on an all or none basis. The items /services and quantities are as follows: Item Number Item Unit QTY 0001 Headlight Flasher (Wig Wag) Each 46 0002 Front-Mounted Concealed Grill Warning Lights Each 46 (Red/Blue) 0003 Rear Deck-Mounted Warning Lights (Red/Blue) Each 46 {No larger than 2 5?Hx9?Wx4?D} 0004 Concealed Break Lamp Strobe/Inserts Each 46 0005 S220CC Strobe Power Supplies Each 46 0006 Sirens w/PA/Controller Switch (100 Watt) Each 46 Year Make/Model Description Qty 2007 Chevrolet Avalanche 4x2 Pick up, full size, crew cab 2 2007 Chevrolet C1500 4x2 Pick up, full size, crew cab 2 2007 Chevrolet C1500 X-Cab 4x2 Pick up, full size, ext cab 1 2007 Buick Lucerne Sedan, large, 6 pass, 4 door 2 2007 Chevrolet Trailblazer 4x4 SUV, Inter, 5 pass, 4 dr 4 2007 Chevrolet Trailblazer 4x2 SUV, Inter, 5 pass, 4 dr, w/8cyl 2 2007 Dodge Charger Sedan, mid size, 5 pass, 4 dr 4 2007 Dodge Durango 4x4, SUV, Inter, 6 pass, 4 dr 2 2007 Dodge Ram 1500 4x4 Pick up, full size, ext cab 1 2007 Dodge Ram 2500 4x4 Pick up, full size, ext cab 2 2007 Chrysler Sebring Sedan, compact, 5 pass, 4 dr 3 2007 Ford Expedition 4x2 SUV, full size, 9 pass, 4 dr 1 2007 Ford Explorer 4x2 SUV, Inter size, 5 pass, 4 dr 1 2007 Ford Explorer 4x4 SUV, Inter size, 5 pass, 4 dr 2 2007 Ford Explorer 4x4 SUV, Inter size, 4 pass, 4 dr w/8cyl 2 2007 Ford F150 Crew Cab 4x2 Pick up, full size, crew cab 3 2007 Ford F250 Crew Cab 4x2 Pick up, full size, ext cab 1 2007 Jeep Grand Cherokee 4x4 SUV, Inter, 4 pass, 4 dr, w/8cyl 5 2007 Chevrolet Impala Sedan, large, 6 pass, 4 door 1 2007 Ford F150 Crew Cab 4x4 Pick up, full size, crew cab 1 2006 Chevrolet Trailblazer 4x2 SUV, Inter, 5 pass, 4 dr, w/8cyl 1 2006 Dodge Charger Sedan, midsize, 4 pass, 4 door 1 2006 Ford F150 Crew Cab 4x4 Pick up, full size, crew cab 1 2004 Nissan Armada 4x4 SUV, full size, 9 pass, 4 door 1 NOTE: Contractor is to provide all relays, fuses, switches, cabling, controllers, bulbs, mounts, sirens, flashers and hardware. Emergency/safety lighting systems to be tested for interference with currently installed radios and shielded if necessary. Contract award cannot be made to any contractor not enrolled in the Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. The Offeror may obtain the full text of the clauses electronically at web site http://www.arnet.gov/far. I. Provision 52.212-1, Instructions to Offerors- Commercial Items applies. Provision 52-212-2, Evaluation - Commercial Items applies. With evaluation factors of: a. Technical (capability of the equivalent product offered to meet the agency?s need in accordance with FAR 52.211-6) b. Price ? Unit Prices must include all cost associated with performing this requirement. c. Installation of the equipment on the vehicles must be within city limits of Irving, Texas. d. The installation schedule will be provided after award. II. In lieu of completing the ?Offeror Representations and Certifications? and sending back to the Government as formerly required under FAR 52.212-3, the offeror shall submit representations and certifications through the Online Representation and Certification Application (ORCA) at http://orca.bpn.gov, per the Federal Acquisition Regulation amended as of November 2006. III. FAR Clauses 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2007), 52.204-7, Central Contractor Registration (July 2006) and 52.232- 33, Payment by Electronic Funds Transfer are hereby incorporated by reference. IV. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Mar 2007), which incorporate by reference the following Clauses: 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (Oct 1995)(41 U.S.C. 52.222-3, Convict Labor (Jun 2003)(E.O. 11755). 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). 52.225-1, Buy American Act--Supplies (JUN 2003)(41 U.S.C. 10a-10d). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). Questions concerning this RFQ should be submitted to Gervonna Crump at 202-616-2674 or email to gervonna.crump@dhs.gov. Offers are due no later than 10:00 am EDT on July 18, 2007 at the Department of Homeland Security, Immigration & Customs Enforcement, Office of Acquisition Management, 425 I Street, NW, Room 2208, Washington, DC 20536. Any questions or comments regarding this solicitation must be submitted NLT 2:00 pm EDT on July 13, 2007. No Solicitation document is available. Electronic submission will be accepted. Quotations may be faxed to (202) 616-2414, Attention: Gervonna Crump, or emailed to gervonna.crump@dhs.gov.
 
Place of Performance
Address: 125 E. John W. Carpenter Frwy, Suite 750, Irving, TX
Zip Code: 75062
Country: UNITED STATES
 
Record
SN01339180-W 20070713/070711220724 (fbodaily.com)
 
Source
FedBizOpps 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.