SOLICITATION NOTICE
25 -- Purchase and Installation of Specialty Fire Department Equipment on Commercial Vehicles located on Fort Wainwright, Alaska
- Notice Date
- 3/28/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336390
— Other Motor Vehicle Parts Manufacturing
- Contracting Office
- RCO Wainwright (PARC Pacific, 413th CSB), PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
- ZIP Code
- 99703-0510
- Solicitation Number
- FWFD3212013
- Response Due
- 4/11/2013
- Archive Date
- 5/27/2013
- Point of Contact
- John Kump, 907-978-8959
- E-Mail Address
-
RCO Wainwright (PARC Pacific, 413th CSB)
(john.kump@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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number FWFD3212013 is hereby issued as a Request for Quote (RFQ) for the purchase and installation of Specialty Fire Department Equipment on Commercial Vehicles located on Fort Wainwright, Alaska. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66, effective 28 February 2013. This RFQ is being 100% set aside for small business concerns under NAICS 336390, Other Motor Vehicle Parts Manufacturing. The SB size standard for this code is 750 employees. Description of Requirement: Merchandise will be installed on 2012 Dodge 2500 Ram Fire Trucks. The contractor shall provide and install the following components. Vendors that quote equivalent equipment must supply equipment specifications with all quotes in order to determine equivalency of proposed equipment. ItemQtyTotal CLIN 0001 Black Non-Slip Cab Length Running Boards Qty 2$_____________ Luverne Grip Step Cab Length Running Boards or equivalent CLIN 0002 Truck Topper (Red)Qty 2$_____________ Leer DCC Commercial Topper or equivalent Specifications include: 2-Large side doors, 2-Small side doors, 6-metal skin for doors, 1-Pass through tool box, 2-Side tool box, 1-Rear Double Doors, 6-Interior Lights CLIN 0003Qty 2$_____________ LED Lights in Topper Rugged LED Strobe/Rock Light Kit Part #HILSTW or equivalent CLIN 0004Qty 2$_____________ Rear slide 2000lb Cargo Glide CG2000XL or equivalent CLIN 0005Qty 2$_____________ Graphics Package 3M High Performance Reflective Graphics Package or equivalent Graphics included: 2-horizontal stripes, 2-vehicle identification number, 2-department identifi-cation, 2-custom designs, 2-custom lettering. See attachment. CLIN 0006Qty 1$_____________ LED Driving Lights Optimuss Series 10-watt Part #XIL-OP210 or equivalent CLIN 0007Qty 1$_____________ Light Bar Mount Sleekster light bar Part #34051 Dodge 2500-3500 or equivalent CLIN 0008Qty 1$_____________ LED Lighting around Topper Utility Market LED Flood Part #XIL-UF32 or equivalent CLIN 0009Qty 1$_____________ Auto Eject Kussmaul Super 30 Auto Eject automatic power line disconnect or equivalent CLIN 0010Qty 2$_____________ Install Center Console (Government supplied) CLIN 0011Qty 2$_____________ Install LED Roof Light Bar (Government supplied) CLIN 0012Qty 2$_____________ Install Rear Mounted Directional Bar (Government supplied) CLIN 0013Qty 2$_____________ Install LED Four Corner Flashers (Government supplied) CLIN 0014Qty 2$_____________ Install Opticon Mounted Light Bar (Government supplied) CLIN 0015Qty 2$_____________ Install Motorolla Radio w/remote (Government supplied) CLIN 0016 Qty 2$_____________ Install Siren Control in Console (Government supplied) CLIN 0017Qty 1$_____________ Install ICOM Radio (Government supplied) CLIN 0018Qty 1$_____________ Install Monaco Computer System (Government supplied) CLIN 0019Qty 1$_____________ Install Knox Box & Key Secure (Government supplied) The contractor shall provide all labor, materials, transportation, and equipment to ensure ful-fillment of agreement. Final inspection and acceptance of product will take place at Fort Wainwright, AK by the government. Quote Information: Quotes shall be submitted and received no later than 5PM AKST, 11 APR 2013. Quotes may be emailed or faxed to the attention of primary point of contact listed below. Contact Information: ECC Regional Contracting Office - Alaska ATTN: CPT John Kump P.O. Box 35510 Fort Wainwright, AK 99703 (O) 907-353-7390 (F) 907-353-7302 john.c.kump.mil@mail.mil Clauses and Provisions: The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant contract: Provision 52.212-1, Instructions to Offerors - Commercial Items Provision 52.212-2, Evaluation - Commercial Items Provision 52.212-3, Offeror Representations and Certifications - Commercial Items Provision 52.219-1, Small Business Program Representations Provision 252.212-7000, Offeror Representations and Certifications - Commercial Items FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders FAR Clause 52.222-50, Combat Trafficking in Persons FAR Clause 52.219-6, Notice of Total Small Business Set-Aside FAR Clause 52.219-28, Post Award Small Business Program Representation FAR Clause 52.222-3, Convict Labor FAR Clause 52.222-21, Prohibition of Segregated Facilities FAR Clause 52.222-19, Child Labor-cooperation with Authorities and Remedies FAR Clause 52.222-26, Equal Opportunity FAR Clause 52.222-36, Affirmative Action for Workers with Disabilities FAR Clause 52.223-18, Encouraging contractor Policies to ban Text Messaging while Driving FAR Clause, 52.225-13, Restrictions on certain Foreign Purchases FAR Clause, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR Clause 52.233-3, Protest After Award FAR Clause 52.233-4, Applicable Law for Breach of Contract Claim DFAR Clause 252.203-7000, Requirements Relating to Compensation of Former DOD Officials DFAR Clause 252.209-7997, Representation by Corporations Regarding an Unpaid De-linquent Tax Liability or a Felony Conviction under any Federal Law-DoD Appropriations. DFAR Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFAR Clause 252.223-7008, Prohibition of Hexavalent Chromium DFAR Clause 252.225-7001, Buy American Act and Balance of Payments Program DFAR Clause 252.232-7010, Levies on Contract Payment
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5224a0613b2cb3319b5cf6d871114f91)
- Place of Performance
- Address: RCO Wainwright (PARC Pacific, 413th CSB) PO Box 35510, 1064 Apple Street Fort Wainwright AK
- Zip Code: 99703-0510
- Zip Code: 99703-0510
- Record
- SN03022721-W 20130330/130328234521-5224a0613b2cb3319b5cf6d871114f91 (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 |