Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2011 FBO #3361
SOLICITATION NOTICE

62 -- Honolulu Police Department Vehicle Equipment and Installation

Notice Date
2/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336322 — Other Motor Vehicle Electrical and Electronic Equipment Manufacturing
 
Contracting Office
N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060411T3035
 
Response Due
2/13/2011
 
Archive Date
2/28/2011
 
Point of Contact
Donna Franzese 808-473-7545
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-11-T-3035. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-49 and DFARS Change Notice 20110202. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 336322 and the Small Business Standard is 750. The proposed contract is 100% set aside for small business concerns. This requirement will be conducted as Brand Name or Equal. The Fleet and Industrial Supply Center (FISC) Regional Contracting Department requests responses from qualified sources capable of providing: CLIN 0001, 1 lot Police Vehicle Equipment and Installation. QTY MFRITEM/DESCRIPTION 1Whelan AS-VTX609C Clear LED hideaway strobe system for front 1Whelan AS-VTX609R Clear LED hideaway strobe system for rear taillights 1Whelan AS-ST8BBBB Super LED, lightbar, 50 , blue/clear 1Whelan AS-SSDBB Super LED, inboard, blue LED 1Whelan AS-SDCC Super LED, inboard, clear LED 1Whelan AS-SXTLS1D Dual LR11, Super LED, flashing take down lights 1Whelan AS-SPALF1 Two LR-11, Super LED, flashing alley lights 1Whelan AS-SLX6000TA Split, Super LED traffic advisor, two-wire output, blue over amber, LED 1Whelan AS-MKEZ70 Mounting kit for lightbar 1Whelan AS-STMCRUZ Cruise light option, pre-programmed 1Whelan AS-MPCO2 Serial communication control head, all lighting options, siren and traffic advisor 1Whelan AS-SA315P 123dB siren speaker, nylon composite 1Whelan AS-SAK# - Siren speaker bracket 1HavisAS-C-VS-1000-IMP-1 Control console, vehicle specific for Chevrolet Impala 2HavisAS-C-MC (2) Mic clips 2HavisAS-C-MCB (2) Mic clip brackets 1HavisAS-FBCM15600 Fuse block 2HavisAS-C-LP2 12VDC outlets (2) 3HavisAS-EQB (3) Equipment brackets for two-way radio, lighting control head 3HavisAS-FP (3) Control console filler plates 1HavisFreight for all lighting options 1HavisFreight for all console options 1HavisLabor to install all items listed The Requested Delivery Date is 1 April 2011. The Delivery Location is Joint Base Pearl Harbor Hickam, 96860. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.225-13, Restriction on Foreign Purchase 52.215-5, Facsimile Proposals Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including. 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7001, Buy American Act & Balance of Payments 252.225-7036, Buy American Act-FTA-Balance of Payments 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.204-7004, Alt CCR Registration 5252.232-9402, Wide Area Work Flow This announcement will close on Sunday, February 13, 2011 at 1600 hours, Hawaii Standard Time. Contact Donna M. Franzese who can be reached at 808-473-7545 or email donna.franzese@navy.mil A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. This final contract award will be based on a determination of responsibility/ technically acceptable low quotes. For Brand Name or Equal procurements: The proposed contract action is for a brand name or equal product. The brand name, model number, and salient characteristics of the product(s) are: PLEASE SEE TABLE ABOVE. FAR 52.211-6 - Brand Name or Equal is hereby incorporated by reference. Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411T3035/listing.html)
 
Record
SN02373104-W 20110206/110204233921-6310d38f037baa0b85c9dd7428fb655d (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.