SOLICITATION NOTICE
J -- This is a combined synopsis/solicitation for purchase and Installation of emergency police equipment in two Chevy Impalas.
- Notice Date
- 9/3/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811118
— Other Automotive Mechanical and Electrical Repair and Maintenance
- Contracting Office
- ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ-09-T-0344
- Response Due
- 9/10/2009
- Archive Date
- 11/9/2009
- Point of Contact
- Nicole Mintus, 526-6632
- E-Mail Address
-
ACA, Fort Carson
(nicole.mintus@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is 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. Quotes are being requested and a written solicitation will not be issued. Quotes shall reference solicitation number W911RZ-09-T-0344. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. Fort Carson intends to award a firm-fixed-price contract for purchase and Installation of emergency police equipment in two Chevy Impalas. The North American Industrial Classification System (NAICS) code for this procurement is 811118 with a small business size standard of $7.0 million. This requirement is set aside 100% for Small Businesses. **All Clins are Brand Name or Equal** The Contractor shall propose the following Contract Line Item Number (CLIN): CLIN 0001 Purchase of emergency equipment: * Federal Signal, Arjent S2 light bar, model#582004-00889 (qty.2) Specs: 44inch, Red/Clear/Blue,2) 35-Watt flashing Alley light combo with (1) Red 6-LED Reflector and (1) Blue 6-LED Reflector, (2) Red 9-LED Reflectors, (2) Blue 9-LED Reflectors, (4) Red 6-LED Reflectors, (4) Blue 6-LED Reflectors., true 360 degree light output, Features Solaris LED technology; * Whelen, 90 Watt Strobe System, model# S690CCCC, (qty.2); Specs: kit includes Whelen's CSP690 6-outlet, 90 watt power supply, 4 clear HA238 hide-a-way strobe tubes and 4 15' strobe cables, screws, and connectors. The power supply has 10 flash patterns. CometFlash, Triple, Double, Rapid, Action, Moduflash, Microburst I, Microburst II, Microburst III & LongBurst. Strobe Tube Height: HA238C: 1-3/4inches (44mm) Height (flange mount, Input Voltage: 12 volts * Federal Signal, Headlight flashers, model#656106, (qty.2); Specs: FP1, '06-07 Ford CVPI, Plug-n-Play Connector, (2) 10 Amp Loads, Low Stand-by Current Draw, Multiple Flash Patterns, CVPI Mounting Bracket. * Code 3, Blue OPTIX 6-up bezel, model# OPXB-BB, (qty.2); Specs: Meets and exceeds all SAE Standards, 5 Year Warranty, Rated 100,000 Hour Life,12 Volt, LED Bulbs, Clear lens when not operational, Dimensions: 7.5inches L x 1.8inches W, 21 Flash Patterns. * Code 3, Red OPTIX 6-up bezel, model# OPXB-RR, (qty.2); Specs: Meets and exceeds all SAE Standards, 5 Year Warranty, Rated 100,000 Hour Life,12 Volt, LED Bulbs, Clear lens when not operational, Dimensions: 7.5inches L x 1.8inches W, 21 Flash Patterns * Code 3, C3 Impala grille bracket, model# GMBIMP06, (qty.4); Specs: Twelve flash patterns, 3.5inchesL x 1.25inches H x 1inches D, Black bezel, 12 volt, 5-year warranty on LEDs. * Federal Signal, Viper S2 red/amber sync, model# 329001-42, (qty.1); Specs: Synchronization Capable, LED Lights, Duel Head, 12 Volt, Dimensions: 8.5inches W x 1.2inches H x2.9inches D. * Federal Signal, Viper S2 amber/blue sync, model#329001-23, (qty.2); Specs: Synchronization Capable, LED Lights, Duel Head, 12 Volt,Dimensions: 8.5inches W x 1.2inches H x2.9inches D * Code 3, LEDX red/flashing/black, model# LXEXB1F-R, (qty.2); Specs: Versatile surface-mounted LED X" module for multiple applications, Solid state electronics, Rust proof, Die cast aluminum housing, Perfect for motorcycle mounting, Excellent perimeter light for Fire/EMS vehicles, Available in black only, Sealed and waterproof, 7 flash patterns including Steady-Burn, 12V, 1/2 amp draw per module, No color until illuminated, 5 year warranty. * Code 3, LEDX blue/flashing /black, model# LXEXB1F-B, (qty.2); Specs: Versatile surface-mounted LED X" module for multiple applications, Rust-proof, die-cast aluminum housing, 12 or 24 volt available, Single (5inches x 2inches x1inches), Stacked (5inches x 3.25 X 1) and Side-By-Side (9inches x 2inches x 1inches), Available in black or aluminum finish. * Code 3, LEDX mirror brkt 06+ Impala, model# LX0MMNT-IM06, (qty.2); Specs: Black in color, Must be able mount LXEX1F-X Light to mirror of 06+ Chevy Impala. * Federal Signal, Viper S2 Blue, model#329000-3, (qty.2); Specs: Single Head, Dimensions: Single head unit - 1.2inches x 4.3inches x 2.9inches, 12 Volt, LED Lights. * Federal Signal, Viper S2 Red, model#329000-4, (qty.2); Specs: Single Head, Dimensions: Single head unit - 1.2inches x 4.3inches x 2.9inches, 12 Volt, LED Lights. * Code 3, Red XT3 LED, model# XT3R, (qty.2); Specs: color-red, Twelve flash patterns, 3.5inches L x 1.25inches H x 1inches D, Black bezel, 12 volt, 5-year warranty on LEDs. * Code 3, Blue XT3 LED, model# XT3B, (qty.2); Specs: Color-blue, Twelve flash patterns, 3.5inches L x 1.25inches H x 1inches D, Black bezel, 12 volt, 5-year warranty on LEDs * Code 3, C3 Impala Trunk Bracket, model# TLBIMP06, (qty.4); Federal Signal, Touchmaster Delta, model# UTMD-MB, (qty.2); Specs: High current switching - up to 205 amps of total switching capacity, Rugged high current (60 amp) slide switch, Distinctive adapters allow use of radio microphone only, Quick installation with marked wires and screw-down terminals, 60 amp progressive slide switch, 205 amp switch capacity, manual, air horn, wail, yelp, (5) override/sweep tones, (6) rubberized 20 amp (5 latching, 1 momentary) accessory switches, microphone and bracket included. * Code 3, C3100 speaker w/ 06+ Impala Brk, model# C3100IM3, (qty.2); Specs: Grille Mount, Vehicle specific mounting bracket, Meet SAE Requirements, Weather resistant. * Troy Products, 9'' Impala Console, model# CC-IMP09, (qty.2); Specs: Steel constructed, Vehicle Specific, 10 year warranty, Designed to mold with existing interior. * Troy Products, 06+ Impala floor mount, model# AC-IMPCB06, (qty.2); Specs: Steel constructed, Requires no holes be drilled thru floor board, Vehicle specific, Must be compatible with console. * Troy Products, Spectra Faceplate, model# FP-SPCTR, (qty.2); Specs: Steel in construction, Must be compatible with console, Dimensions: 2.063inches x 7.063inches x 1.50inches. * Troy Products, DEK Head Faceplate, model# FP-M9004, (qty.2); Specs: Steel in construction, Must be compatible with console, Dimensions: 1.281inches x 6.59inches x 0.656inches. * Troy Products, Touchmaster Faceplate, model# FP-UNIT4, (qty.2); Specs: Steel in construction, Must be compatible with console, Dimensions: 2.50inches x 6.625inches x 2.062inches. * Troy Products, 4'' Blank Faceplate, model# FP-BLNK1, (qty.2); Specs: Steel in construction, Must be compatible with console, Dimensions: 2.5inches x 4inches. * Troy Products, Sedan Size sliding SS Cage, model# TP-1US-SS, (qty.2); Specs: 14G Steel in construction, Double channel aluminum extruded window frame, Mounting holes for kick plate, flashlight, weapons mounts, Dimensions: 58 1/4inches W x 42 1/8inches H, Spring loaded sliding window. * Troy Products, Impala 06 Cage Mount, model#2-MNT-IMP06, (qty.2); Specs: Steel in construction, Vehicle specific, Must match cage * Universal Gunlock, model# VP009, (qty.2); Specs: Accepts most Shotguns, rifles and carbines, Perfect for vehicle or building gun storage. Injection-molded aluminum alloy body with steel side plates, Santoprene cushion protects weapons, Electric lock with manual key override in case of electrical failure, Uses a cuff key * Gunlock Bracket, model#2-PAR-26-00001, (qty.2) Specs: Steel in construction, Must match cage, Vehicle specific Clin 0002: In accordance with the statement of work there removal of old equipment and installation of emergency equipment in Clin 0001 into two Chevy Impalas. 1. SCOPE: This requirement is for the installation and removal of electronic emergency equipment and other emergency vehicle response equipment to include but not limited to audible, visual emergency warning devices, cages, consoles, radio equipment, chargers, and Automatic Vehicle Locator (AVL) Devices for 2 of Fort Carson Directorate of Emergency Services vehicles. The types of vehicles will include 2 (two), 2009 Chevy Impalas with police packages. 2. CONTRACTOR REQUIREMENTS: The contractor shall furnish all labor, supervision, tools, equipment and transportation, unless otherwise stated, to perform the requirements contained in this work statement. The contractor shall purchase all required parts based upon the scope of work listed in Clin 0001. Contractor personnel working under this contract must possess a working knowledge of vehicle electronics and emergency equipment installation to include all packages contained in this requirement. The contractor shall be responsible for any malfunction resulting from failure to follow manufacturer instructions which results in violation of the manufacturer warranty regarding installation of law enforcement and emergency equipment. The contractor shall have an indoor vehicle bay large enough to accommodate all Government vehicles requiring service under this contract. The contractors facility shall provide sufficient space for the contractor to perform work on 2 (two) Government vehicles simultaneously at an off-post enclosed facility. The contractor shall ensure that all vehicles delivered to their location will be stored in an indoor facility and secured at all times. The contractor shall be responsible for theft, damage and loss while vehicles are in the contractors facility. 3. VEHICLE EQUIPMENT INSTALLATION AND REMOVAL: Installation includes: installation of new equipment into a vehicle without any pre-existing equipment, removal of equipment from an old vehicle and installing equipment in the new vehicle; and the installation of additional equipment in a vehicle. Equipment removal includes: equipment removal of converted PMO vehicles. The equipment removal will consist of removing emergency equipment in the vehicle and the restoration of the vehicle to its original stock status. The contractor shall purchase all required parts based upon information provided in CLIN 0001. The list will contain the year, make, model and type of vehicle for scheduled installation. The contractor shall perform all installations at the contractors off post location. The contractor shall ensure all vehicle installations are complete not later than five (5) business days after receipt of the vehicle. The removal and installation shall be completed within 30 days after award. FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.211-6 Brand Name or Equal, 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items). Clauses: 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.219-6 (Notice of Total Small Business Set Aside), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-50 (Combat Trafficking in Persons), 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration, 52.252-2 (Clauses Incorporated by Reference), 252.204-7004 Alternate A (Central Contractor Registration),252.211-7003 Alt I (Item Identification and Valuation), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.225-7002 Qualifying Country Sources as Subcontractors, 252.232-7003 (Electronic Submission of Payment Requests) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation is the lowest price. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. Questions concerning this solicitation shall be addressed to Nicole Mintus, Contract Specialist, and e-mailed to nicole.mintus@us.army.mil. All questions or inquires must be submitted in writing no later than 12:00 p.m. Mountain Time on 8 September 2009. No phone calls will be accepted. All responses must be received by 12:00 p.m. Mountain Time on 10 September 2009. Quotes must be e-mailed to nicole.mintus@us.army.mil. An official authorized to bind your company must sign the quote. Quotes shall include an itemized list of parts provided to include brand name and model#.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ13/W911RZ-09-T-0344/listing.html)
- Place of Performance
- Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Zip Code: 80913-5198
- Record
- SN01940090-W 20090905/090904001713-aad2d3744127a6d322045853ac475a65 (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 |