Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
SOLICITATION NOTICE

N -- Lightbar Installation

Notice Date
8/22/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
 
ZIP Code
20242
 
Solicitation Number
E3960080627
 
Response Due
8/8/2008
 
Archive Date
8/22/2009
 
Point of Contact
Keith Boockholdt Contracting Officer 2026196394 Keith_Boockholdt@nps.gov;<br />
 
Small Business Set-Aside
Total HBCU
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in 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. Solicitation No. Q3960080627 is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. The North American Industry Classification System (NAICS) code for this procurement is 811111 with a small business size of $6.5 million of annual average gross revenues of the total concern for the last 3 fiscal years. A small business concern is defined as a concern (including all of its subsidiaries) having less than or equal to $6.5 million annual average gross revenues of the total concern for the last 3 fiscal years The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. This procurement is a commercial item. The estimated magnitude of this procurement is between $75,000.00 to $100,000.00. Installation to be completed in the Washington, DC Metropolitan area. A work shall be completed no later than 30 days after delivery of the first vehicle. In accordance with Federal Acquisition Regulation Chapter 19.502-2 Total small business set-asides, the Government shall set-aside all procurements with a dollar threshold under $100,000 to be set-aside for small business concerns. This procurement is 100-percent set-aside for small business concerns. The work of this project shall consist of providing all labor, supplies, materials and equipment for the installation of supplied equipment for the following vehicles located in Washington, D.C.: 31 Ford Crown Victoria Police Cruisers Government Furnished Equipment:1. Lightbar (installed on roof)2. Controller Unit (installed inside black box)3. Console (Black metal box, installed between front two seats)4. Siren (installed in front grill work of vehicle) Installer to provide equipment:1. Six point strobe system2. Wig Wag Head Light Flasher Module3. Rear Deck LED Lights (red and blue in color)4. One, two or three fuse blocks for power The installer of equipment is to install the light bar on the roof of the patrol vehicle. The cables will need to be pulled through a hole in the roof down to the floor boards. Under the carpet or under the dash the cable is pulled to the black metal box that is installed between the front two seats. The black box is pushed forward on a support bracket; the black metal box is just in-front of the seats. In the black metal box a power port is needed for the U. S. Park Police Radio Shop to install the police radio. The rear deck lights, the Wig Wag Head Light Flasher Module, and the six point strobe system; all need to run to the black box. (It is also possible to have several items installed in the rear trunk area and only a limited amount of cable run to the front of the vehicles into the black box). The controller that controls the Light bar also controls all the other lights. Generally when the officer places the vehicle into code 3 - all the light, siren, six point strobe system, headlights flasher units, the rear deck lights are all turned on. Wage Determination WD 05-2376 (Rev.-5) dated 06/03/2008 www.wdol.gov The Government will deliver the vehicles to the Contractor's facilities. Facility shall be within 4 hours driving time of Washington, D.C. Delivery will be made in small groups of vehicles at a time. For any equal products, the contractor must provide documentation in accordance with Federal Acquisition Regulation Clause No. 52.211-4, Brand Name or Equal. After award, no substitution of materials and/or design shall be made without the prior approval of the Contracting Officer. The government shall have up to twenty (20) days to perform a final inspection upon receipt of completed installation. The contractor agrees any item shall be returned at the contractor's expense if not meeting the specifications and corrected by the Contractor. The contractor shall warrant all parts and labor. The contractor shall replace without cost to the government any part of the item that fails due to manufacturing or material defects during the warranty period. All costs of transportation of any item for said repairs will be at the contractor's expense at a location as agreed upon by the Contracting Officer. Delivery Required: Please state delivery time on quote. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.211-06 Brand Name or Equal, FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-02 Evaluation of Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28, Post Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50, Combating Trafficking in Persons, FAR 52.223-15, Energy Efficiency in Energy-Consuming Products, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following are addenda to FAR Clause 52.212-1, paragraph (b), submission of Offerors shall also include (1) specifications literature for items being offered (2) Three References with Contact Names and Telephone Numbers for three similar projects. For full text of FAR Clauses, the web site address is www.arnet.gov. EVALUATION OF COMMERCIAL ITEMS: The Government will award to the responsible offeror based on the following: 1. Price, 2. Specification of model being offered, and 3. Past performance. The Government reserves the right to award to the offeror providing the best value to the Government. Award may not necessarily be made to the offeror submitting the lowest price. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. All offers must include with their quotation a completed copy of the Federal Acquisition Regulation provision 52.212-3, Offeror Representations and Certifications-Commercial Items and a copy of the manufacturer's specification sheet and any other literature directly related to the product being offered. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Vendors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items showing unit price, delivery time after receipt of contract, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 4:00 pm EST September 11, 2008 and can be sent to NATIONAL PARK SERVICE, ATTN: Keith H Boockholdt, ACQUISITION MANAGEMENT DIVISION, 1100 OHIO DRIVE, SW, WASHINGTON, D.C. 20242. Quotes may be faxed to (202) 485-9720 or emailed to Keith_Boockholdt@nps.gov. CALL FOR CONFIRMATION OF RECEIPT OF FAX ON (202) 619-6394.-All responsible sources may submit a quote which will be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=db3de4f1c5faee27fd413b6f2bf5da86&tab=core&_cview=1)
 
Place of Performance
Address: Washington, D.C.<br />
Zip Code: 202420001<br />
 
Record
SN01648778-W 20080824/080822222816-db3de4f1c5faee27fd413b6f2bf5da86 (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.