Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2010 FBO #3067
SOLICITATION NOTICE

25 -- Acquisition and Installation of truck accessories and parts

Notice Date
4/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423120 — Motor Vehicle Supplies and New Parts Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, AC Headquarters Support (ACH), Attn: ACH Mail Stop D-88, 4600 Sangamore Road, Bethesda, Maryland, 20816-5003, United States
 
ZIP Code
20816-5003
 
Solicitation Number
HM017710T0052
 
Archive Date
5/7/2010
 
Point of Contact
Aundra Rhone-Jones, Phone: 301-227-7845, Glenn W. Stone, Phone: 301-227-6934
 
E-Mail Address
aundra.m.rhonejones@nga.mil, glenn.w.stone@nga.mil
(aundra.m.rhonejones@nga.mil, glenn.w.stone@nga.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for brand name 2004 Chevrolet Silverado 2500HD truck accessories, parts and installation or Equivalent. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. National Geospatial-Intelligence Agency (NGA) intends to solicit and award a firm-fixed price purchase order under Federal Acquisition Regulation (FAR) Part 12. This solicitation is issued as a 100% small business set-aside. The North American Industry Classification system (NAICS) code for this acquisition is 423120 with a small business size standard of 100 employees. The requirement is for the following items: 0001 1 EA Reese Class V Titan Receiver Hitch, Part# 45022or Equivalent Specifications: 2-1/2" Receiver tube opening WC Tongue Weight: 1,300 lbs WC Carrying Weight: 13,000 lbs WD Tongue Weight: 1,700 lbs WD Carrying Weight: 17,000 lbs 0002 1 EA Tekonsha Brake Controller Part# 90195 or Equivalent Specifications: P3 Electronic Brake Control, for 1 to 4 Axle Trailers 3"L x 4.38"Wx 10.63"H Easy to see LCD display w/multiple color and contrast options Customize language display Allow user to switch between Electric and Hydraulic brakes Easy-to-understand, roadside diagnostics Easy access, to up-front controls Quick disconnect for easy storage 0003 1 EA Fuel tank tool box combo 60 gallon, Part#, 71787 or Equivalent Specifications: Tank Size(gal) 60 Tank Dimensions LxWxH (in) 57 x 20 x 12 ¾ Box Dimensions LxWxH (in) 48 x 20 x 6 ¼ DOT Approved Transfer Tank Storage Tank Aluminum Rectangle Tank Baffled Tank for Reduced Fuel Slashing Large Opening for Fast Fillups Storage Box has stainless steel locks and crowned lid Storage Box that allows for installation of 12V or manual pump 0004 1 EA Fuel pump transfer kit 15-GPM(12-VDC) Part # 10957 or Equivalent Specifications: HP:1/4 Heavy-duty Switch Flow(GPM): 15 Thermal overload protection and junction box Speed (RPM): 2600 Heavy-Duty Battery Cable Amps: 20 Iron rotor Max.Suction Lift(ft): 7 Built-in strainer Inlet Port (in): 1 Hose with static ground wire Outlet Port (in): ¾ Duty Cycle: 30 Min Self-Priming Bypass Valve Seal Type: Mechanical Nozzle Type: Manual Hose (in x ft): ¾ x 12 Dimensions LxWxH (in): 12x9x9 Manual nozzle w/ nozzle boot that protects against dirt/contamination 2in threaded base for tank openings Corrosion-proof adjustable section pipe Machined carbon vanes 0005 Front Warning Light Package 0005AA 2 EA Grill light LIN3 Super-LED Part# RSR02ZCR or Equivalent Specifications: Surface Mount 3.5"Wx1.1"Hx1.2"D 0005AB 2 EA License Plate bracket mounted lights LIN3 Super-LED Part# RSR02ZCR or Equivalent 0006 Rear Warning Light Package 0006AA 2 EA Rear Window light Slimlighter Super-LED SLPMMRR or Equivalent 0006AB 2 EA License Plate bracket mounted lights LIN3 Super-LED RSR02ZCR or Equivalent 0007 Siren/Switch Controls 0007AA 1 EA Handheld siren/light controller Part# HHS2200 or Equivalent Specifications: Amp/Relay Module:2-1/2"(65mm)H x 8"(203mm)W x7"(184mm)D Control Head: 5-5/16"(135mm)H x 2-1/4"(57)W x1-1/8"(28mm)D 0007AB 1 EA Composite Speaker Part# SA315 or Equivalent Specifications: 6.5"H x 6.5"W x 2.9"D 0008 1 EA Radio - Motorola XTL 2500 pre-wire only to include antenna base and power cables or Equivalent 0009 Front Bumper Winch 0009AA 1 EA Warn Hide a way winch Part# 62510 or Equivalent **Note-Special Short Drum XD9000 Winch; 50 ft Wire Rope** 0009AB 1 EA Medium duty winch accessory kit Part# 25300 or Equivalent Delivery Schedule is as follows (all submissions must address within the quote): 15 days after receipt of award Delivery Location: NGA, Reston, VA General Installation Information: a. All equipment shall be installed in the vehicle during the same, continuous time period, not to exceed three business days. b. Installation of all equipment shall be completed within 60 days (not including weekends and Federal Holidays) of award of the Purchase Order c. Subcontractors, if required, shall meet or exceed the installation standards defined in this solicitation d. Installation of Motorola Radio Equipment (or Equivalent) a. The primary standard for the design and installation of the radios systems shall be in accordance with Motorola XTL 2500 standards and the furnished equipment installation documentation. i. This requirement is made to ensure that Motorola's warranty will be honored in the event of covered loss of service. ii. Should the equipment experience a covered failure during the period of the manufacturer's warranty, and installation is found to not be in accordance with Motorola XTL 2500 standards, the Contractor and any subcontractor utilized, shall be liable for any replacement and/or repair costs for that equipment b. The Contractor, and any necessary subcontractors, shall provide the necessary personnel resources, materials, and equipment to fulfill the requirements of this contract. c. The Contractor and any necessary subcontractors shall have radio system specialists on staff who are properly trained in the installation, termination, and testing of Motorola mobile trunking equipment in accordance with equipment spec sheets and Motorola XTL 2500 standards. d. The Contractor and any necessary subcontractors shall be authorized Motorola agencies to provide any required equipment warranty service. e. The Contractor and any subcontractors shall provide a warranty on installation work. f. The Contractor and any necessary subcontractors shall adhere to all OSHA and local safety codes and regulations. e. Installation of Whelen (or Equivalent) Lights and Sirens and Necessary Mounting Hardware a. The installation of vehicle warning systems (lights and sirens) shall be in accordance with the manufacturer's applicable installation literature for each product. i. This requirement is made to ensure that the manufacturer's warranty will be honored in the event of covered loss of service. ii. Should the equipment experience a covered failure during the period of the manufacturer's warranty, and installation is found to not be in accordance with the manufacturer's installation literature, the Contractor and any subcontractor utilized, shall be liable for any replacement and/or repair costs for that equipment. b. The Contractor and any necessary subcontractors shall provide the necessary personnel, resources, materials and equipment to fulfill the requirements of this contract. c. The Contractor and any necessary subcontractors shall have personnel on staff who are trained in the installation and testing of automotive after-market electrical devices. d. The Contractor and any necessary subcontractors shall provide a warranty on installation work. e. The Contractor and any necessary subcontractors shall adhere to all OSHA and local safety codes and regulations. Locations of Installations: The one vehicle is garaged in Reston, VA. a. Installation shall take place in the Contractor's facility b. Facilities in which work will take place should be within 50 miles drive of the vehicle's garaged location c. The Government shall be responsible for drop-off of vehicle requiring installation and pickup of vehicle after installation is complete All items must meet the listed specifications. Quotes shall be evaluated using "best-value" approach. All evaluation factors, including price, shall be considered equally. Evaluation factors are: 1. The ability to deliver and/or install all required accessories (as applicable) in an area within approximately a 50 mile drive from where the vehicle is garaged. 2. In order to reduce downtime of the vehicle, the ability to install all required accessories at the same time. 3. Terms of warranty on equipment and installation All quotes must include capability statements to support equivalency for brand name 2004 Chevrolet Silverado 2500HD truck accessories, parts and installation. Please include a breakout of unit price, delivery cost, installation cost, delivery schedule, and total price for each CLIN. Please provide the manufacturer's technical specification sheets for all proposed equipment. Specification sheets hall include amperage, wattage, and frequency ratings, as well as vehicle compatibility information for all functional parts, as applicable. Failure to provide specification information as requested may disqualify a quote from competition. Total proposed cost shall include all shipping, installation and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The following provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.232-33, FAR 52.222-41 and FAR 52.222-42. All prospective quoters shall include a completed copy of the provision at 52.212-3. Quoters may also complete the representation and certifications at https://orca.bpn.gov/. In accordance with FAR 12.603(a)(3)(ii), Offers are due to following email address no later than 22 April 2010, 11:00 a.m. Eastern Time. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. REQUEST OPEN MARKET PRICING. All responsible sources may submit a response to Aundra Rhone-Jones, via email aundra.m.rhonejones@nga.mil or by fax (301) 227-1461. No telephone responses will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3df2602b37e8d349a221b7fafe586ba6)
 
Place of Performance
Address: NGA Bethesda, 4600 Sangamore Road, Bethesda, Maryland, 20816, United States
Zip Code: 20816
 
Record
SN02124780-W 20100418/100416235804-3df2602b37e8d349a221b7fafe586ba6 (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.