Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2013 FBO #4124
MODIFICATION

49 -- Emergency Vehicle Upfit Services

Notice Date
3/8/2013
 
Notice Type
Modification/Amendment
 
NAICS
423120 — Motor Vehicle Supplies and New Parts Merchant Wholesalers
 
Contracting Office
NPS, NCR - Regional ContractingAcquisition Management Division1100 Ohio Drive SW Contracting AnneWashingtonDC20242-0001US
 
ZIP Code
00000
 
Solicitation Number
P13PS00045
 
Response Due
3/14/2013
 
Archive Date
4/13/2013
 
Point of Contact
KEITH BOOCKHOLDT
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS SOLICITATION REQUEST FOR PROPOSAL NUMBER: P13PS00045 This is a combined synopsis / solicitation for commercial items, prepared in accordance with the format in FAR Part 12, Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation. The solicitation document, with incorporated provisions and clauses, are those in effect through Federal Acquisition Circular (FAC) #2005-65, effective January 29, 2013. This acquisition is unrestricted and will be awarded as a Blanket Purchase Agreement (BPA) with estimated quantities and firm-fixed unit prices. U.S. Department of Labor Wage Rates, Wage Determination No. 2005-2375; Revision No: 12, Dated: 06/13/2012. The North American Industry Classification System (NAICS) Code is: 423120. To be considered, offerors must be registered in the System for Award Management (SAM.gov) and possess and maintain a valid Dun & Bradstreet number. Responses are due to National Park Service, Acquisition Management Division on or before 2:30 PM EST March 12, 2013. Offerors must be prepared to comply with all instructions contained Internet Payment Platform (IPP) DOI Electronic Invoicing. The United States Park Police (USPP), 1100 Ohio Drive, SW, Washington, DC, 20024, is seeking a qualified firm to provide Emergency Vehicle Upfit Services under a BPA and individual BPA-Calls for installation of emergency lights, sirens, radios, switches, relays, computer mounts, consoles, prisoner restraint barriers, gun mounts, reflective graphics, and related items on police vehicles assigned to the New York Field Office (NYFO). REQUIRED DISCIPLINES: Qualified Automotive Technicians with knowledge, skills, and ability to safely and efficiently install, service, and maintain automotive, light truck, and SUV emergency light systems, sirens, radios, antennas, switches, relays, computer mounts, consoles, prisoner restraint barriers, gun mounts, reflective graphics and related items. Additional services: such as warranty repairs and replacement of damaged or worn out items installed under the BPA may be required in the performance of specific BPA-Call requirements. PRIMARY SERVICES: In accordance with the attached Statement of Work, primary services required shall include furnishing specified equipment, equipment installation, trouble shooting, warranty repair, Quality Control (QC), scheduling of the work, plus truck transportation of vehicles to/from NYFO and contractors facility. Types of vehicles will include sedans, SUVs, vans, and light trucks manufactured by Chevrolet, Dodge, and Ford. Performance time for each BPA-Call will generally be of short duration, i.e. 14 days for new installation work and 1- 3 days for warranty / repair work. All labor and contractor-furnished equipment shall be warranted for a minimum of one calendar year from dated of acceptance by the Government. In cases where manufacturers written warranties exceed one year, the manufacturers warranty terms shall apply. AWARD CONSIDERATIONS: The Government may elect to award one or more BPAs from this announcement. BPAs are contemplated covering a base period of one (1) calendar year from award date, with up to four additional one-year option periods, based upon successful performance on an annual basis and availability of funds. Each awardee shall be provided a fair opportunity to be considered for BPA-Calls issued. The Government will use such factors as relevant experience, successful past performance, quality of deliverables, timeliness, cost, or other factors that the Contracting Officer, in the exercise of sound business judgment, believes are relevant to the placement of orders. Work will be ordered by issuance of firm-fixed price or not-to-exceed Call awards. The estimated ordering magnitude per year, is between $ 100,000 and $ 150,000. LOCATION AND TYPES OF PROJECTS: Vehicles to be upfitted will be Government property, located and operated in the New York City metro area. Specific pick-up / drop-off location will be: 210 New York Avenue, Staten Island, NY 11234 (located within historic Fort Wadsworth). CODES, REGULATIONS AND STANDARDS: Equipment installation and workmanship shall be performed in a professional manner. Once installed, equipment must work reliably in extreme environments that may include high levels of vibration and shock, wide temperature ranges, varying humidity, electromagnetic interference, as well as potential voltage and current transients. PERFORMANCE REQUIREMENTS: The Government will furnish law enforcement vehicles upon which equipment is to be installed. Contractor shall furnish all facilities, labor, supervision, transportation, supplies, specified equipment, and any other items or services necessary for proper installation and delivery of completed vehicles. Firms responding to this announcement up to the indicated closing time and date will be considered for selection, subject to evaluation criteria listed. Following an evaluation of the qualification and performance data submitted, one or more firms considered to be the most highly qualified to provide the type of services required, will be selected for contract award. Selection of firms shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of services required. The Government reserves the right to award one or more BPAs (contracts) based on the selection board's final recommendations, in order of preference, to the firms considered most highly qualified to perform the work. TECHNICAL EVALUATION CRITERIA: Statements of Qualification will be evaluated by a selection board of US Park Police personnel based upon the following specific evaluation criteria, listed in descending order of importance: 1. Specialized experience and technical competence of the prime contractor and any proposed subcontractors in type of work required to efficiently install, service, and maintain police vehicle emergency light systems, sirens, radios, antennas, switches, relays, computer mounts, consoles, gun racks, prisoner restraint barriers, reflective graphics, and related items. The proposed work will generally be of short duration (2 weeks) and may include requirements to complete multiple vehicles simultaneously. 2. Professional qualifications and experience of proposed personnel listed to perform under the contract, including individual certifications and successful experience in the type of work to be performed. The prime contractor will be required to have at least one mechanic on permanent staff, certified in automotive electrical service and repair by the National Institute for Automotive Service Excellence (ASE). 3. Specific past performance records on previous police vehicle equipment installation work performed for Federal, state and local government agencies, and private industry; documentation of the firm's quality of work; history of meeting performance schedules; and ability to develop creative and reliable solutions to unique upfittting challanges. Capacity to accomplish the work, including any specialized services, within tight time limitations. References provided may be contacted as part of the evaluation process. 4. Geographic proximity to the designated New York Field Office (within 50 air miles of 210 New York Avenue, Staten Island, NY 11234 (located within historic Fort Wadsworth). 5. Price Factor: The price of the Offeror will be evaluated based on the following: a. A price evaluation shall be performed to ensure the reasonableness of proposed prices. Such evaluation may involve comparison among offerors' prices as well as a comparison with the Independent Cost Estimate. Reasonableness will be determined by considering other offered prices received and comparison to the Independent Government Cost Estimate. If multiple contract line items are included in the price schedule, prices will also be evaluated to determine whether any line items are unbalanced. Prices for options will be evaluated to determine the reasonableness of the proposed price using price analysis techniques and whether the options are unbalanced when compared with the base price. In addition, offerors are cautioned that the agency may reject a proposal if the price is unreasonably low, as such a price may be an indicator of a lack of understanding of the project requirements or of an increased risk of performance. b. Notice: Refer to FAR Clause 52.217-5, Evaluation of Options, as prescribed in FAR 17. Offerors are required to submit, as a minimum, an offer that conforms to the solicitation documents with pricing for Base line item and all option line items. Failure to do so may render the proposal unacceptable. On lump sum line items, provide the total price only. If no specific line item exists for a portion of the work, include the costs in a related item. In case of error in summation, the total of the corrected amounts govern. Round totals and extended prices to whole dollars. Pricing will be evaluated based on what is determined to be the best value to the Government. FEDERAL ACQUISITION REGULATION (FAR) CLAUSES AND PROVISIONS The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this announcement: 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items. (JAN 1999) 52.212-3 Offeror Representation and Certification Commercial Items 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 52.217-8 Option to Extend Services. (NOV 1999) 52.217-9 Option to Extend the Term of the Contract. (MAR 2000) 1452.203-70 Restriction on Endorsements (JUL 1996) 1452.204-70 Release of Claims (JUL 1996) 1452.228-70 Liability Insurance (JUL 1996) Full Text of the above mentioned clauses, the statement of work, and the pricing sheet are attached to this solicitation via links to www.fedconnect.net. Federal Acquisition Regulation (FAR) clauses and provisions are available at: www.arnet.gov. SUBMISSION REQUIREMENTS Proposals shall provide a material and labor unit price, per item, for Base Year and four (4) Option Years. Use attached pricing sheet for pricing submissions. Statements of Qualification are required with all proposals. No format is provided but the statement MUST address all of the above mentioned technical evaluation factors. All offers shall be submitted as an email with attachment, to be received no later than 2:30 PM EST, March 12, 2013. Submissions shall include and be clearly marked with the Request For Proposal (RFP) Number listed at the top of this announcement. Offerors are requested to submit one original of their proposal. Offerors are hereby notified that if a proposal is not received by the date and time, and at the location specified in this announcement, that it will be considered late. Offers by telephone transmitted facsimile (fax) will not be accepted. All offers and inquiries shall be directed to the Contracting Officer: Mr. Keith Boockholdt National Park Service Acquisition Management Division 1100 Ohio Drive SW Washington, DC 20024 email: keith_boockholdt@nps.gov All responsible sources may submit an offer, which will be considered by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS00045/listing.html)
 
Record
SN03007692-W 20130310/130308234604-70a2c2ad2bb54ec6fa5a94d0fefc7dcb (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.