Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2008 FBO #2323
SOLICITATION NOTICE

25 -- Installation and Police Equipment - Solicitation 01

Notice Date
4/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
ZIP Code
00000
 
Solicitation Number
RFQ-NY310147
 
Description
This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. The solicitation number RFQ-NY310147 is issued as a Request for Quotation, under simplified acquisition procedures, test program, unrestricted. The North American Industry Classification System (NAICS) code is 811121 and the small business size standard is 1,500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-24 (dated 03/31/08). All responsible sources may submit a proposal, which, if timely received, shall be considered by the Government. The FBI's New York Field Office is looking to enter into multiple Blanket Purchase Agreements (BPAs) for the installation and purchase of police equipment in official vehicles. A BPA is a simplified method of filling the Government's anticipated repetitive needs for supplies or services by establishing charge accounts with qualified sources of supply. BPAs are designed to reduce administrative costs in accomplishing simplified acquisitions by eliminating the need to individual purchase documents. The equipment required will include but not limit to the following: 1. Whelen LED Slimlight Model# DL057 Red/Blue; 2. Whelen LED Visor Model# DL009R/B Red/Blue; 3. Whelen LED Flatliner Model# DL049 Red/Blue; 4. Whelen Super LED Mirror Beams Model# MBPM05R Red/Blue; 5. Whelen Strobe Unit Model# GR015; 6. Whelen Strobe Unit Model# GR012; 7. Whelen Super-LED Lightheads Model# VEB77/VEB78 Red/Blue; Window Tinting: For some of the vehicles to provide protection to the sun/heat and security of the equipment, in accordance with state law enforcement emergency vehicle requirements. The contractor shall be located within 5 miles of 601 West 26 th Street, New York, NY 10001. The contractor shall install and provide all equipment within 24 hours of receipt of vehicle. The contractor shall be aware that the model numbers for the above equipment may change due to newer equipment being manufactured and availability. The contractor shall provide a highly trained technician to install the police equipment. For bidding purposes only - vendor is requested to bid on all the above. However each vehicle may not require all services. Vendor is request to provide any discounted rates. There is no guarantee on the number of vehicles per year. P rovide past performance references for the last three (3) contracts of a similar nature. Bids received without past performance references shall be considered non-responsive. Bidders shall ensure all reference points of contact, i.e., organization, name, and phone number, are accurate. Proposals will be evaluated based on the factors as listed below for a base year contract, plus potential for four one-year options, award anticipated 04/18/08. Exercise of the awarded BPA(s) is contingent upon availability of funds and/or a full appropriation for each new fiscal year. Installation/Equipment to become effective on or about 04/18/08. The FBI reserves the right to make multiple awards, at its discretion, as a result of this solicitation. The following FAR clauses apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial Items (Nov 2007). 52.212-2 Evaluation - Commercial Items (Jan 1999). The Government will award a BPA(s) resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability, past performance, and price. Technical and past performance, when combined, are more important than price. Vendors are required to submit past performance information, including points of contact, on the last three contracts for similar services. Further, the government intends to award without discussions, but reserves the right to conduct discussions. 52.212-3 Offeror Representations and Certifications - Commercial Items (Nov 2007 ). An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision. 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2007). 52.217-9 Option to Extend the Terms of the Contract (May 2004). 52.232-33 Mandatory Information for Electronic Funds Transfer Payment (Oct 2003). This form shall be fully completed and must be submitted with proposal. 52.232‑19 Availability of Funds for the Next Fiscal Year. (Apr 1984). Funds are not presently available for performance under this contract beyond 9/30/2008. The Governments obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 9/30/2008, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. In addition to the listed FAR provisions and clauses, all Offerors must provide a contractor identification code which is currently the Dun and Bradstreet Data Universal Numbering System (DUNS) number. The selected Offeror shall also submit an electronic payment form SF-3881 ACH Vendor/Miscellaneous Payment Enrollment in accordance with the Debt Collection Act of 1996. A copy of this form may be obtained from the U.S. Treasury web site address http://www.ustreas.gov/forms.html. All FAR provisions and clauses may be reviewed and/or obtained from the General Services Administration's Federal Acquisition Regulation web site at Internet address http://www.arnet.gov/far/. Two (2) copies of a signed and dated proposal must be submitted to the FBI, Suite 202, 14800 Conference Center Drive, Chantilly, Virginia 20151, no later than 12:00 PM Eastern Standard Time (EST) 04/17/08. All proposals must be submitted in hard copy. NO Faxed proposals will be accepted. The contact for information regarding this solicitation may be obtained by contacting Ms. Rhonda P. Williams at (703) 814-4910 between the hours of 8:00 AM and 4:30 PM EST, Monday through Friday. rhonda.williams@ic.fbi.gov. The proposal number RFQ-NY310147 must be listed on the outside of the submission. BIDDER PACKAGES SHALL INCLUDE ALL INFORMATION REQUESTED WITHIN THIS SOLICITATION TO BE CONSIDERED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7d7eb84e4e54c07e082d6e64233108b8&tab=core&_cview=1)
 
Record
SN01547901-W 20080406/080404221437-7d7eb84e4e54c07e082d6e64233108b8 (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.