SPECIAL NOTICE
99 -- Surveillance Vehicle and Maintenance
- Notice Date
- 8/7/2007
- Notice Type
- Special Notice
- NAICS
- 441110
— New Car Dealers
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Ag-6395-S-07-0063
- Response Due
- 8/23/2007
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a Combined Synopsis/Solicitation for a commercial item prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement and its attachment constitute the only solicitation. Proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial supply contract for Surveillance Vehicle(s). Simplified procurement procedures will be used per Federal Acquisition Regulation (FAR) Part 13. (ii) This combined synopsis/solicitation request for proposal (RFP), is issued as a total small business set-aside. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-18. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text (iv) The NAICS code is 441110 and size standard is $26.5 Million. (v) This combined synopsis/solicitation contains firm fixed price, indefinite delivery indefinite quantity as well as reimbursable contract line item numbers (CLINS). The schedule of items is attached in addendum 1, along with clauses, statement of work and provisions. The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is advantageous to the Government, price and other factors considered. Offeror to provide pricing on the Schedule of Items attached where items proposed shall comply with section (vi) of this combined synopsis. (vi) The minimum requirements/specifications for the Surveillance Vehicle(s) are as follows: Vehicle shall : be a new full size SUV 4X4 where examples of full size SUVs are the Suburban, Tahoe, Expedition, or equal: be equipped with the following; heavy duty engine cooling, heavy duty front and rear suspension; a V-8 engine; power steering and automatic transmission. Vehicle exterior shall: be equipped with the following: tinted glass for the cab, tinted deep glass for the rear and sides and electric mirrors. Vehicle interior shall: be equipped with heat and AC climate control, and keyless entry door locks. Exterior Modifications: Vehicle shall appear as a typical Sport Utility Vehicle such as the Tahoe, Expedition or Suburban. A covert communications antenna shall be installed. Cab Area Modifications: An Indicator light shall show when battery charger(s) are connected to 120 VAC power supply. Operational Area Modifications: The vehicle shall be certified to be in compliance with all Federal Motor Vehicle Safety Standards as prescribed by Federal Regulations. Proof of certification shall be made available upon COR request. Operational Area separated from Cab: The operational area shall seat at least one person and must be separated from the vehicle cab, for example; a fixed bulkhead partition may be installed between the cab and operational area to accomplish the separation. Should the offeror propose a Bulkhead, it must be ?light tight?, i.e. no interior light can be seen from the outside of the operational area. The operational area must be sound proof and completely ?light tight.? The vehicle shall be equipped with a non-obtrusive intercom which connects the driver?s compartment and operational area. Windows shall be blacked out with integral camera viewing ports, windows and viewing ports must be ?light tight?. Air conditioning system shall be powered by batteries independent of vehicle battery and surveillance equipment battery banks. The vehicle shall be equipped with a forced air heater with overheat safety shutoff. The vehicle shall be equipped with an independent air exchange system that is controlled from the operation consol and an intake located away from vehicle exhaust and discharge vent below floor of vehicle. The work station. The work surface must be sturdy, built within the work station and be able to hold/support a minimum of 150 lbs of equipment. The work station shall contain the following: a remote engine start panel to start vehicle engine and activate vehicle horn; connection panels for cameras to support 360 degree video camera coverage; a power distribution panel which supports the proposed equipment; a power monitoring panel which includes meters indicating battery systems voltage, amperes and charge level and environmental controls which include a carbon monoxide detector, smoke detector and fresh air control switch to control the air fan system. Fans shall be quiet in nature such as whisper fans. Operational Power System: The electrical wiring shall conform to Federal Regulations and be protected by heat shields. The Primary DC power distribution wiring shall be protected by labeled circuit breakers. The batteries shall supply power requirements for operational area systems and equipment. The batteries shall be separate from the vehicle engine battery. The inverter/charger shall support proposed equipment and auxiliary equipment. The operational power system must be able to charge batteries from external 120v power source and by vehicle?s engine. A weather proof 120 V inlet shall be installed for charging of batteries. There shall be a sufficient amount of 120 VAC electrical receptacles to adequately provide electrical distribution within operational area, including cigarette lighter style receptacles. Operational Lighting: The vehicle shall be equipped with the following: fluorescent lighting over the work area and red fluorescent lighting over the work area for low level lighting. Safety Equipment: The vehicle shall be equipped with a dry chemical fire extinguisher mounted in the operational area and an audio and visual intrusion alarm. Surveillance Equipment: The vehicle shall be equipped with cameras for 360 degrees surveillance coverage and cameras for 360 degree perimeter security. Operators must be able to monitor and record images from multiple cameras simultaneously and to print those images as needed. Cameras must have short range, long range (telephoto) and wide angle lens capabilities. Surveillance operations will be conducted under day, night and twilight conditions; therefore camera equipment must have exceptional performance under these conditions; where exceptional consists of providing recognizable, clear, sharp images in most if not all lighting conditions.. Surveillance equipment and work station must be installed so that personnel within the operational area can safely move without injuring themselves or damaging equipment. Below are examples of surveillance equipment. Vehicle Maintenance: Proposed repair technician shall: be trained and certified by the manufacturer; report on site within 3 days for major repairs, when surveillance vehicle is inoperable and shall report on site within 5 days for minor repairs, when surveillance vehicle is operable. Video Equipment Examples: Multi-view Duplex Multiplexer; TFT/LCD Monitors; DV Recorders w/HDs; Mounting Racks for equipment Camera Equipment Examples: CCD Day/Night Color Cameras; CCD B/W Camera; Lens Extenders; Lens, 5.5 -187 mm; Lens, 8-48mm; Perimeter color cameras; Motorized Pan/tilt base; Pan/Tilt/Zoom/Focus controller; Quick Connect Video Receptacles; Camera Arm Mounts and Camera arms. Audio Equipment Examples: Speaker with adjustable volume control; Audio Switch; Digital Audio Recorder; RF Receiver and Head Phones. Each quote at a minimum must meet the technical specifications listed in section (vi) in order to be technically acceptable. (vii). Deliverables and acceptance of deliverables will be FOB destination, Investigative and Enforcement Services, Animal and Plant Health Inspection Service, US Dept. of Agriculture, 2150 Centre Ave., Building B 3W10, Fort Collins, CO 80526-8177. The estimated completion date for this requirement is September of 2012. The not to exceed limit for this contract base period is 2 Surveillance Vehicle Units complete with delivery and training. (viii) The FAR provisions and clauses are attached and those incorporated by reference can be found in full text at http://farsite.hill.af.mil/vffara.htm (ix-xiii) Please see attached solicitation and clauses for this required material (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) No Numbered Notes are applicable to this requirement. (xvi) Offers are due August 23, 2007 by 2:30 p.m. CST. All offers must be signed. Offers may be faxed to (612) 370-2106, Attn: Larry Nelson with signed original forwarded by mail to: USDA, APHIS, MRP-BS, ASD, Contracting Butler Square, 5th Floor, 100 N. Sixth Street, Attn: Larry Nelson, Minneapolis, MN 55403. Emailed offers shall be signed, scanned and e-mailed to larry.d.nelson@usda.gov. A complete offer will consist of: (1) Completed Schedule of Items listed in the attachment and signature on the page that lists the price (2) completion of required documents as listed in this combined synopsis/solicitation and attachment (3) Narrative addressing how the proposed Surveillance Vehicle meets the minimum requirements/specifications stated in section (vi) of this combined synopsis and the evaluation requirements as listed in 52.212-2 found in the attached addenda (4) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (xvii) Any of the FAR provisions or clauses can be provided via e-mail if your request is sent to: larry.d.nelson@usda.gov. Potential offerors must review and comply with the attached addenda applicable to this requirement in order to be considered for award.
- Record
- SN01364074-W 20070809/070807220221 (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 |