Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
SOLICITATION NOTICE

23 -- Off-Road Vehicle

Notice Date
9/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
336399 — All Other Motor Vehicle Parts Manufacturing
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-PR20030381
 
Response Due
9/17/2007
 
Archive Date
10/2/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Homeland Security, Customs and Border Protection, Yuma Sector Headquarters, Yuma, AZ, is issuing 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; proposals are being requested and a written solicitation will not be issued. Solicitation PR20030381 is being issued as a Request for Quotation in accordance with FAR 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-18. The solicitation will be distributed solely through the General Services Administration's Federal Business Opportunities web site http://www.fedbizopps.gov/. The U.S. Customs and Border Protection intends to award a firm fixed price contract for (1) One Off-Road Vehicle for the U.S. Border Patrol Search Trauma and Rescue (BORSTAR). This requirement is solicited as a Total Small Business Set-aside. THE NAICS code 336999 with a size standard of 500. General Specifications: The U.S Border Patrol Search Trauma and Rescue team (BORSTAR) will provide a backboard, Stokes litter and oxygen tank, emergency medical gear bag, two way radio, speaker, radio antenna, siren, emergency lights and any other specialized equipment to the contractor so that these items can be incorporated into the design and engineering of the frame before construction. The BORSTAR Team will need to have a direct relationship with the builder (contractor) selected. The BID must meet the exact requirements that BORSTAR is looking for. Due to the expected law enforcement capability of the vehicle and close working relationship needed between the BORSTAR Team and the selected vendor, it is imperative that the vendor be within reasonable commuting distance from Yuma, AZ. This will allow BORSTAR to oversee the project and allow for input and trouble shooting as needed. 1. Vehicle will be designed and built to function in a dual-purpose capacity, Sonora Baja Desert terrain and sand dune terrain 2. The frame shall be constructed with minimum 1? inch round 4130 chromoly tubing 3. The entire frame and all suspension metalwork will be completely Tig welded, bead blasted and clear powder coated to allow ongoing joint inspection 4. The wheelbase will be no less than 108 inches 5. The frame will be of rear engine design 6. The frame shall be of the four or five seat design to seat a driver, a passenger and rear passengers 7. All seats will be able to accommodate drivers and passengers wearing gun belts 8. The passenger side front and rear seats will be fastened with ?quick pins? in order to be removed and exchanged for a supplied Stokes type litter basket 9. When not in use the Stokes type basket will be secured on the roof of the car with ?quick pins? 10. The roll cage shall consist of at least six primary up-right supports (one on passenger side to be removable, if necessary for placement of Stokes style basket) 11. The door opening on passenger sides shall be low enough to accommodate the placement of Stokes style basket w/person inside 12. Ground clearance shall be a minimum of 16 inches 13. Floor, roof and body panels will be aluminum and painted tan. Type of paint will be discussed and determined at appropriate time 14. Will include windshield and rear view mirror(s) 15. Nerf/step bars along outside of body 16. The frame shall have a whip antenna mount on the top portion of the roll cage. The mount will be in the center of the roll cage on the rear hoop. The mount shall have an electric wire supplied with separate switch so a lighted whip may be installed Engine Specification: 1. V-8, gasoline, fuel injected / liquid cooled engine. New or rebuild with new parts 2. Minimal exhaust volume level 3. Hi-torque starter 4. Oversized radiator with high cfm electric fan to cool engine in hot desert weather and under all conditions Transmission: 1. MD4E transmission with aftermarket gears (exact model and brand will be approved by BORSTAR) Suspension: 1. Drive train shall be rear engine with independent rear suspension utilizing Sway-a-way type axles with 934 constant velocity joints and 4130 cages 2. Front suspension will be boxed independent double arm type with, minimum, single 2?? reservoir coil over shock and bypass shock with no less than 18 inches of vertical wheel travel (exact model and brand will be approved by BORSTAR) 3. Rear suspension will be boxed trailing arm with, minimum, 2?? reservoir coil over shock with bypass shock to allow no less than 18 inches of vertical wheel travel (exact model and brand will be approved by BORSTAR) Steering Specification: 1. Rack and pinion power steering Electrical Specification: 1. Power system capable of operating stock vehicle system as well as government supplied law enforcement lights and siren, radio and other electrical equipment 2. Manufacturer will mount this equipment to ensure the driver can reach the controls when seat belted in operating position and equipment is clear of driver when entering and existing the vehicle 3. 12v power system with high output alternator 4. Dual Optima battery 5. Front and rear white LED dome light 6. (4) Red LED ?courtesy? style lights mounted inside at each seat below top of side body panels with individual switches 7. Three 12v power ports 8. **(2) Forward pointing flood and (2) pencil beam HID off road lights to be mounted below the drivers eye level 9. (1) Rear low profile flood light 10. (1ea) Side low profile flood light on roof 11. At least two red LED tail / brake lights with dash mounted cut-off switch for blackout operations Gauges: 1. Coolant temperature gauge w/ warning light 2. Oil pressure gauge w/ warning light 3. Voltage / charge gauge 4. Tachometer 5. Speedometer 6. (all gauges will have backlight illumination for nighttime driving) 7. Keyed ignition Fuel Tank: 1. Minimum of 18-gallon fuel capacity Tires and Rims: 1. Tires will be BF Goodrich Baja TA tires or equivalent and be suitable for Baja desert / sandy terrain 2. Front and rear tires will be of equal size and will mount on DOT approved bead-lock wheels 3. (1) Mounted spare tire Brakes: 1. Front and rear disk brakes with bias adjustable front to rear 2. Stainless steel brake lines 3. Dual rear cut-in brake levers All proposals will be rated by: 1. Past performance 2. Technical requirements 3. Cost *ALL RESCUE EQUIPMENT AND RADIOS WILL BE SUPPLIED BY BORDER PATROL AND LOCATION TO BE MOUNTED IN/ON VEHICLE AS PER BORSTAR AGREEMENT. **ALL LIGHTING AND SWITCHES WILL BE WEATHERPROOF AND BE LOCATED AS PER BORSTAR AGREEMENT. The U.S. Customs and Border Protection does not own nor can it provide plans, drawings or other technical data. Delivery will be made to USBP, Yuma Sector Headquarters, BORSTAR, 4035 S. Avenue A., Yuma, AZ 85365. Desired delivery is 60 days after receipt of contract and Required Delivery is 150 days after receipt of contract. Items delivered under this contract shall be new material. Reconditioned/Used Material is not acceptable. Provide FOB point (origin/destination). Quotations shall be valid for 60 days after date of receipt. All responsible sources may submit an offer that will be considered. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: Contractor must be currently registered in the Central Contractor Registration, Online Representations and Certifications Application (http://orca.bpn.gov), and provide DUNS number and TIN with quotation. The North American Industry Classification System code is 336999. The small business size standard is 500 employees. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, is applicable; award will be made utilizing the following factors, in descending order of importance, past performance and delivery schedule are of equal importance, technically acceptability, and low price. Clause 52.212-4, Contract Terms and Conditions, Commercial is applicable. Items within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.215-20, Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) Alternate IV (Oct 1997) (a) Submission of Cost or pricing data is not required (b) Provide information on the prices at which same or similar items have been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition; the following clauses are applicable: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-13; Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration; Add 52.204-7, Central Contractor Registration; HSAR 3052.209-70, Prohibition of Contracts with Corporate Expatriates; and FAR 52.252-2, Clauses Incorporated by Reference (available at http://www.arnet.gov/far). Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price and extended price, FOB point; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; delivery date, and Representation and Certifications contained in FAR Clause 52.212-3, including Alternate I. Include with your quotation, a list of customer references, which includes point of contact name and phone number. Offers in response to this combined synopsis/solicitation are due not later than Monday, 17 September 2007, 2:00 p.m., Pacific Time. All responsible sources should submit a response to Cindie Walker, Customs and Border Protection, El Centro Sector HQ Border Patrol, 1111 N. Imperial Ave., El Centro, CA 92243; or email to: cindie.walker@dhs.gov; or may fax to: 760-335-3418. Should you have any questions, please contact Cindie Walker at 760-352-3241 x163.
 
Place of Performance
Address: U.S. Border Patrol, Yuma Sector Headquarters BORSTAR, 4035 S. Avenue A., Yuma, AZ
Zip Code: 85365
Country: UNITED STATES
 
Record
SN01405401-W 20070915/070913220626 (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.