Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2016 FBO #5299
SOURCES SOUGHT

23 -- RETROFIT SUBURBAN MCV- I454294 - SERVICE

Notice Date
5/25/2016
 
Notice Type
Sources Sought
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
BIA EORO 00008 3100 WEST PEAK BOULEVARD Contracting Office Muskogee OK 74402 US
 
ZIP Code
00000
 
Solicitation Number
A16PS00640
 
Response Due
6/1/2016
 
Archive Date
6/16/2016
 
Point of Contact
Impson, Katheryn
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
Interior Upgrade for Mobile Command Unit SOLICITATION NUMBER: Notice Type: Sources Sought Synopsis: PLEASE NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT TO PERFORM MARKET RESEARCH IN ORDER TO DETERMINE AVAILABILITY OF CONTRACTORS WHICH POSSESS THE CAPABILITY TO EXECUTE THE REQUIREMENTS IN THE ATTACHED DRAFT STATEMENT OF WORK. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED IN RESPONSE TO THIS RFI. THIS ANNOUNCEMENT DOES NOT OBLIGATE THE GOVERNMENT TO PAY FOR ANY PREPARATION COSTS. The Bureau of Indian Affairs (BIA), Eastern Oklahoma Regional Office, Division of Law Enforcement is seeking qualified Indian-owned entities with current relevant experience, personnel and capability to provide services to upgrade their mobile command unit. Requirement: The anticipated formal solicitation is for a Firm Fixed Priced Contract to modify an existing BIA Suburban based Mobile Command Vehicle (MCV) to meet all the BIA modern communication network requirements. Additionally, the MCV will undergo a full interior remodel with all new seating, cabinetry, wiring, etc. In order to establish communication, command and control for the BIA, the MCV must be equipped with data, phone/voice, RF dispatch, and video capabilities. BIA will not be involved with configuring or deploying gear during the modification. The contractor is responsible for all design and integration of networking components into the existing fleet. With the electronics package specified, this vehicle will have communication with the regional offices or headquarters located in Washington D.C. Besides the law enforcement response requirement, the MCV can support regional office COOP plans throughout the United States. The MCV will be built in such a way to allow secure remote access to the vehicle Control Systems and Communications Network via the internet. BIA-OJS will not be responsible for configuration of the install equipment; equipment must be fully operational, compatible and interoperable with current BIA-OJS communication platforms upon delivery of the completed unit. BIA-OJS will not accept the vehicle unless it is delivered with its systems and sub-systems fully compatible with current BIA-OJS communications vehicles. The contractor will be responsible for all costs associated with the unit ¿s compatibility or interoperability with current BIA-OJS communication platforms. Due to the mission critical nature of this equipment solution, it is imperative the communication systems are professionally integrated, tested, tuned and be fully compatible with existing BIA mobile assets, using the same multiplex control systems currently in use to minimize training, sparing and maintenance requirements. Compatibility with existing BIA fleet and currently deployed Networking components and Protocols is essential. Successful proposals must demonstrate these requirements have been met, and operate in concert with existing BIA communication systems and training protocols: ¿System design documentation is required, detailing how the proposed solution will effectively provide voice, video and data communications capabilities for local law enforcement operations, regional office COOP plans, and communications with federal BIA offices in Washington DC. ¿Network diagrams detailing the full integration of the following: oCisco IP Network ¿To include detail on wired, wireless and MESH configurations oRadio Interoperability System Integration oMotorola Radio Package(s) oSatellite Reachback System oCellular Router Reachback System oSmartphone Integration Solution (voice and data) oSurveillance Camera System oVideo Broadcast System ¿To include detail on video encoding and web distribution protocols oRemote Access and Systems Management Solution ¿Screen shots of control GUI ¿s required to verify alignment with existing systems. ¿Quality control procedures detailing the processes related to vehicle manufacturing and managing the technology systems integration (ie: all cable and equipment testing, reflected power testing, systems integration, bandwidth transfer qualification/certification, etc.) ¿3rd Party Engineering Certification (must be included with proposal ¿Successful vendors must maintain in-house certified technology support professionals. Proposals must include copies of following individual / corporate certifications (minimum) to assure the vendor team can adequately support the BIA ¿s requirements. oCisco Partner Certification oCisco Certified Internet Engineer (or proof of 10+ years of network engineering experience) oCisco Certified Networking Administration (CCNA) oCisco Certified Networking Administration - Voice oCertified Rajant Partner oCertified Vehicle Control Systems Engineer ¿Due to the mission criticality, yet highly complex nature of operating Cisco Call Manager operations over MESH, proposals must include proof of at least three (3) successful deployments of integrated Cisco and Rajant networks in mobile environments. ¿Proposal must explain how your manufacturing and IT integration processes will provide seamless integration of this vehicle and its components and systems into the existing BIA fleet communications, support, and tracking systems in use today. ¿Proposal must explain how your manufacturing and IT integration processes will provide seamless end to end interoperability support between this vehicle and the other seventeen (17) existing mobile assets deployed by the BIA today. ¿Proposals must include CAD showing all vehicle elements. 1.CHASSIS SPECIFICATIONS A.Chassis Type 1.2008 Chevy Suburban 4WD (Customer Supplied) B.GVWR: 8,500 lbs 1.Modifications must not result in vehicle exceeding the GWVR or either axles ratings. (NOTE: Current vehicle weight is 8,150lbs) 2.Proposal must include detailed weight analysis. C.Body Exterior 1.All equipment additions or modifications must be painted to match the existing vehicle. 2.All paint applications will conform to the paint manufacturer ¿s requirements and recommendations. D.Seats and Trim 1.All seats and trim must match original interior décor. 2.DIMENSIONS A.All dimensions must be clearly shown in proposal 3D CAD. B.Dimensions of final completed unit will not exceed existing vehicle dimensions. 3.BODY EXTERIOR A.All existing vehicle body penetrations will be tested for water tightness. B.Roof 1.All roof penetrations and mounting locations will be resealed. 2.Existing vehicle roof and roof platform will be re-engineered and modified to allow addition of one (1) broadcast quality vertical mast solution. Proposals must include detail on how modifications and penetrations will be fully water sealed and treated to prevent water incursion and material rust or oxidation. C.Vehicle Mast 1.One (1) broadcast quality vertical mast solution will be included and installed. Proposals must include detail on how the mast solution will meet the following minimum requirements: a.Manufactured from anodized aluminum or stainless steel. b.Minimum vertical height of 26 ¿. c.Minimum 150lb mast head payload. d.Engineered for through-roof application. e.Must include custom mast head mounting system with the following provisions: i.Water tight Nycoil termination. ii.Four (4) NMO or N connector mounting locations. iii.CNC Machined mounting block for Rajant MESH AP. iv.CNC Machined mounting block for NVS camera system. f.Nycoil bundle must include cable management provisions and be equipped with the following: i.Minimum 1 ¿ ID ii.Four (4) LMR240 cables (proposal to include detail on adequate service loops) iii.One (1) shielded Ethernet cable iv.One (1) NVS NVEC camera cable i.NOTE: NVS has ceased business operations. Custom camera cable must be manufactured and supported by successful vendor. ii.Camera includes both thermal and color imagers. g.One (1) DC powered compressor kit must be included. h.Mast control must be available by local analog input as well as fully integrated to the vehicle wireless remote control system. 4.PAINTING / GRAPHICS A.All paint applications shall conform to the paint manufacturers requirements and recommendations. B.Graphics ¿ Optional 5.BODY INTERIOR A.All existing body interior furnishings will be removed. 1.Documentation will be provided to BIA of any existing corrosion. If corrosion exists, a plan to remediate the corrosion must be provided at that time. B.Proposals will include 3D CAD layout of new interior modification package. C.Interior walls will finished with OEM sound deadening fabrics as required. D.Floor material must be replaced with a high quality, highly insulated (sound and thermal) vehicle flooring system. 1.No exposed edges are allowed. E.Critical wiring must be accessible through wiring chase ¿s running the full length of the curb and street sides of the vehicle. All wiring chase covers will be fabricated interior vehicle decor. 6.120/240V AC ELECTRICAL SYSTEM A.The 120/240V power distribution panel will be configured with thermal magnetic circuit breakers sized for a minimum of 125% of the anticipated load. B.AC electrical panel will include a metering system. 1.AC performance will be shown in the vehicle as well as be available on the remote management system, accessible wireless connections. C.One (1) transfer switch shall be installed to select between SHORE ¿ OFF ¿ GEN. D.120V 20A duplex outlets will be installed throughout vehicle. Outlets will be installed adjacent to appropriate equipment. Proposals to include detail on each position. E.One (1) 120V 20A GFCI duplex outlets installed on the exterior. F.One (1) Marinco 50A 120/240V shore power inlet shall be installed. G.NOTE: Existing engine driven generator is inoperable. Generator must be repaired or replaced. H.Generator will include a remote start panel and will be capable of being operated from inside the Command Module of the vehicle. 7.12V DC ELECTRICAL SYSTEM A.12V electrical panel will include a metering system. B.All 12V circuit breakers will be resettable and appropriately sized 125% of anticipated load. C.Two (2) 12V lead acid auxiliary batteries. D.Two (2) PFC 85A converters shall be directly connected to the system to provide sufficient power to all vehicle based 12V systems. E.One (1) 12V manual master disconnect switch will be installed in the vehicle. 8.WIRING STANDARDS A.All electrical circuits and appliances will be UL listed and conform to applicable national electric codes, NEC and FMVSS regulations. B.Main supply lines shall be a minimum of 2-gauge copper multi-stranded battery cable. C.The vehicle will be wired for both 120/240VAC and 12VDC. D.All wiring will be separated in relation to application and will feature separate and distinct 120V/240V and 12V control panels and circuit breakers. E.All wiring will be run behind vehicle walls with access points clearly marked and engineered for ease of replacement or additions. F.All wiring will be bundled, tied, trimmed, and numbered or lettered at terminal ends and protected from chafing and abrasion. G.Where wire passes through a bulkhead, body member or sheet metal, it shall be protected by plastic or rubber grommets or conduit. All wires and looms will be routed to assure that they do not abrade or be damaged by any part of the chassis, engine or body. H.Cabling will be supported on minimum 16 ¿ centers. ¿ 9.INTERIOR LAYOUT A.Proposals will include 3D CAD layout of new interior modification package. B.Command Module Modification Package will include: 1.Wiring: a.All existing command module wiring (electrical, data, LMR, etc) must be removed as equipment mounting positions are all moving. b.All new wiring (electrical, data, LMR, etc) must be included. i.Final delivery documents must include wiring diagrams (electrical, data, LMR, etc.). c.All wiring must meet all applicable code. 2.Command Module Workstations: a.Main Operator Workstation: i.One (1) captain ¿s chair will be provided and installed in the Main Operator Workstation position. i.The captain ¿s chair shall be adjustable and rotatable. ii.The captain ¿s chair shall be removable in a maximum of 15 minutes to provide improved access to installed electronics equipment. iii.The captain ¿s chair shall be equipped with an integrated storable table designed and installed by the seat manufacturer that shall be affixed to the side of the seat and slide upward and over the passengers lap. The table shall not hit or impact equipment or the floor when stored and when the captain ¿s chair is rotated. iv.Captain ¿s chair shall have armrests and match the cabin OEM interior and comfort level. v.Captain ¿s chair shall be designed to accommodate 5t to 95h percentile operators (as defined in MIL-STD-1472G) sitting in the Command Module. ii.Main Operator Workstation will be equipped with a minimum of: i.Two (2) 20A 110V AC electrical outlets. ii.Two (2) 5A USB outlets. iii.One (1) RJ45 voice port. iv.One (1) RJ45 data port. v.One (1) HDMI video port. vi.32 ¿ 4K display. vii.One (1) Cisco 7942 handset. b.Team Lead Workstation 1: i.One (1) captain ¿s chair will be provided and installed in the Team Lead Workstation 1 position. i.The captain ¿s chair shall be adjustable and rotatable. ii.The captain ¿s chair shall be removable in a maximum of 15 minutes to provide improved access to installed electronics equipment. iii.The captain ¿s chair shall be equipped with an integrated storable table designed and installed by the seat manufacturer that shall be affixed to the side of the seat and slide upward and over the passengers lap. The table shall not hit or impact equipment or the floor when stored and when the captain ¿s chair is rotated. iv.Captain ¿s chair shall have armrests and match the cabin OEM interior and comfort level. v.Captain ¿s chair shall be designed to accommodate 5t to 95h percentile operators (as defined in MIL-STD-1472G) sitting in the Command Module. ii.Team Lead Workstation 1 will be equipped with a minimum of: i.Two (2) 20A 110V AC electrical outlets. ii.Two (2) 5A USB outlets. iii.One (1) RJ45 voice port. iv.One (1) RJ45 data port. v.One (1) HDMI video port. vi.One (1) Cisco 7942 handset. c.Team Lead Workstation 2: i.One (1) rear facing folding seat solution will be installed in the Team Lead 2 Workstation position. i.Seat will be installed on a structural partial wall partition. ii.Seat will provide back support. iii.Seat will automatically retract when not in use to aid in access to the Main Operator Workstation position. iv.The seat shall be equipped with an integrated storable table designed and installed by the seat manufacturer that shall be affixed to the side of the seat and slide upward and over the passengers lap. The table shall not hit or impact equipment or the floor when stored and when the captain ¿s chair is rotated. ii.Team Lead Workstation 2 will be equipped with a minimum of: i.Two (2) 20A 110V AC electrical outlets. ii.Two (2) 5A USB outlets. iii.One (1) RJ45 voice port. iv.One (1) RJ45 data port. v.One (1) HDMI video port. d.Proposal shall include workstation designs and locations, including ergonomic factors, for approval by the BIA. 3.Command Module Electronic Systems: a.One (1) custom vibration isolated electronics rack solution will be installed in such a manner to provide technician access to at least three (3) sides of the rack at any time. b.The rack will include a folding/sliding work surface. 10.CABINETS A.All cabinetry will be fabricated from powder coated aluminum and black in color. B.Aluminum panels will be 5052 alloy, extrusions will be 6063 alloy with principal walls no less than.090 thick. C.Cabinet latches are cast zinc with polyester powder coat finish. D.Hinges are continuous extruded aluminum and shelf brackets are zinc plated. E.Cabinet frames are fabricated from.090 wall extrusions with square cut and coped ends to conceal cut aluminum edges. 11.SAFETY A.One (1) NFPA and UL approved five (5) pound dry chemical fire extinguishers will be mounted. B.Placard in cab to indicate vehicle height and payload limits. 12.CONTROL SYSTEM A.One (1) integrated intelligent touchscreen tablet with a 7.8 ¿ minimum viewable screen size will be used as the control screen. Integrated mounting system within the vehicle cab for use while in transit. Removable for remote use exterior to vehicle or within rear command body. B.Integrated Deployment Wizard works like a trainer that deploys with the vehicle on each deployment to provide step-by-step prompts within control system to ensure proper setup and shutdown of all critical systems, reducing training time and increasing consistency, effectiveness and safety of deployments. The Deployment Wizard further assists to ensure that the order of deployment is correct for every deployment, regardless of who is operating the vehicle. C.When connected into the IP network, the control system will permit personnel with the proper authority to be able to control the vehicle ¿s systems with wireless web-enabled devices as applicable. D.Integrated system deployments are fully controlled through the tablet ¿s touchscreen interface: 1.Automatic incoming AC power management (if applicable) a.Touchscreen controls to switch between shore power, generator power, and power disconnect. b.Touchscreen display shows incoming line voltage, amperage and frequency. c.Control system will detect reverse polarity from shore or generator inputs and will not permit power to be received from that source until polarity is corrected. d.System will assess if incoming power is safe for system and will only switch over to shore or generator if it passes diagnostic tests of system. e.System includes secondary, manual controls to switch between shore and generator power sources. 2.Generator (if applicable) a.Touchscreen controls to START and STOP Generator. b.System includes secondary, manual controls for backup/emergency START and STOP of the Generator. 3.Auto-Leveling System (if applicable) a.Touchscreen controls provide Auto-level, Retract, Pair, and Single leg control of leveling system. b.Includes integrated level sensors. c.Includes secondary, manual controls for backup/emergency operation of the leveling system. 4.HVAC System (if applicable) a.Touchscreen controls provide heating and cooling from roof mounted AC unit and heating from an electric forced air heater. 5.VSAT Antenna a.Touchscreen controls deploy and stow the VSAT antenna (if applicable). b.System includes secondary, manual controls for backup/emergency operation of the VSAT antenna. 6.Awning (if applicable) a.Touchscreen controls extend and retract the awning. b.System includes secondary, manual controls for backup/emergency operation of the awning. 7.Pneumatic Mast a.Touchscreen controls extend and retract functions of the mast. b.System includes secondary, manual controls for backup/emergency operation of the mast. c.Manual mast control will be located on a wall in the command area. A clear plastic safety barrier will be installed over the manual switch to prevent accidental deployment of the mast. 8.Exterior Scene Lights a.Touchscreen controls turn exterior scene lights on and off. b.System includes secondary, manual controls for backup/emergency operation of the scene lights. 9.Exterior Ground Lighting a.Touchscreen controls turn exterior ground lights on and off. b.System includes secondary, manual controls for backup/emergency operation of the ground lights. 10.Surveillance Camera Operation Control a.Touchscreen controls for operation of surveillance camera. 11.Interlock / Safety Status a.System provides individual component status and touchscreen control. 13.INTEGRATED TECHNOLOGIES A.Rack Infrastructure 1.Wiring/Cabling a.Wiring and cables will be run through chase ways. Chase ways are covered with color-matched fabric to blend into the wall paneling and provide separation between AC/DC power cabling, radio, voice, data and AV cabling. b.All data communication cabling and accessories will be Cat6. 2.Electronics Data Rack a.One (1) commercial grade electronics rack with sided panels will be installed. b.A powder-coated finish will be applied to the rack for durability and scratch resistant. c.Rack will be structurally fastened to the floor. d.Four (4) low profile high dampened silicone elastomer failsafe mounts provide vibration isolation to reduce vibration on the equipment mounted in the racks. e.Panduit Patch Panels - Cat6 patch panels will be installed in the communications rack to route data communications. f.Wireminders ¿ Rackmount wireminders with covers will be installed to assist in cable management in the electronics data rack. 3.Power a.One (1) double-conversion UPS will be installed. The double-conversion UPS provides substantial improvement in equipment protection over standard UPS technologies. UPS units have been tested to ensure full operability with generator power. b.Rack will contain one (1) PDU power strips. 4.Exterior Communications I/O Panel a.One (1) communications I/O panel will include phone in/out ports data in/out ports and one WAN input. All ports will be RJ45. b.Panel will include one (1) fiber port (mil-spec) to match BIA outriggers. Fiber will be routed from I/O Panel to network switch. B.Networking Design and Components: 1.Routing/Security a.One (1) Cisco 29XX mobile routing package will be installed in the electronics rack. Includes GSM and CDMA capability. b.Router must include FXO, FXS, DSP, Phone Licenses, dual cell / satellite failover system configuration. 2.Switching a.One (1) 8-port Fast Ethernet Cisco PoE switch will be included and installed in the electronics rack. b.Switch must include fiber port. 3.Voice a.Two (2) Cisco 7942 phones will be included, installed, configured and tested. b.System will be configured to allow Cisco SIP client to be used on smart phones or tablets. Vendor will configure up to five (5) customer phones. C.Reachback Connectivity 1.VSAT Antenna: a.Existing AVL antenna does not operate properly. Antenna must be repaired. b.All VSAT coax cables and terminations must be replaced. 2.Reachback connectivity must be fully integrated into the Cisco routing system and include access to Verizon and AT&T. D.Wireless MESH 1.One (1) wireless Rajant wireless MESH AP (CSE) will be installed and configured to match existing BIA MESH network. a.MESH AP must be mounted at the pin-ultimate mast collar to provide adequate vertical separation of AP, LMR and camera components. Proposals should include a design for this mounting system. b.Proposals must demonstrate understanding of BIA network and interoperability design. c.Acceptance testing will include test of MESH interoperability. E.Workstations 1.Workstations will include integrated ports for phone and data. a.One (1) Cat6 phone port at each Workstation. b.One (1) Cat6 data port at each Workstation. F.Audio/Video Network Solution 1.Video Broadcaster System: a.Minimum five (5) channel video broadcaster will be provided and installed in the electronics rack. b.Broadcaster will include IP encoders for existing video feeds in vehicle. c.Broadcaster must be fully compatible with BIA video distribution portal. d.Broadcaster will include a screen based video PTZ control system with a minimum of four (4) channels of control. e.System must be compatible with existing BIA tactical surveillance trailer and surveillance node assets. i.Proposal to demonstrate compatibility. 2.Displays: a.4K LED Display i.One (1) 30 ¿ LED 4K TV will be installed on a heavy duty articulating monitor mount. ii. HDMI cabling will be run from the display to the electronics rack. iii.Display must have a minimum of four (4) HDMI inputs. b.One (1) 23 ¿ LED HDTV Display i.Display will be installed on a heavy duty articulating mount to provide constant viewing of the mast mounted surveillance camera. 3.Surveillance Camera System: a.Current vehicle is equipped with a roof mounted RVision surveillance camera. i.This camera is inoperable. ii.Camera must be removed and all penetrations and mounting locations professionally sealed and blocked. b.BIA intends to provide one (1) NVS NVEC thermal imaging camera package for integration on the new mast system and into the vehicle AV system. i.As noted above, this NVS system has not been tested and does not have the OEM control cable. 4.Land Mobile Radio System: a.Current vehicle is equipped with a variety of LMR equipment that must be removed. b.All roof platform antenna mounts will be re-cabled to BIA standards and prepared for future LMR integration. c.All radio mounting locations in the forward center console and the rear electronics rack will be re-cabled and have access to appropriate power for future BIA LMR integration. 14.MISCELLANEOUS INFORMATION A.Prior Suburban equipment removal, all vehicle systems and equipment must be inventoried and tested. Test results must be sent to BIA. B.All existing equipment must be inventoried, removed from the vehicle, boxed and returned to the BIA. C.All existing Owners and Operators manuals must be updated to reflect modifications. D.Manufacturer model numbers and part numbers are subject to change. Chassis specifications are subject to changes from model to model and model year changes. 15.WARRANTY / CUSTOMER SERVICE SUMMARY A.Contractor shall warrant to customer all vehicle equipment, effective materials and workmanship for a period of two (2) years from date the vehicle is placed in service. B.All chassis and vehicle body installed equipment including but not limited to auxiliary batteries, generator(s), electrical devices and other miscellaneous OEM system components shall be covered by their respective manufacturer ¿s warranties from the date the vehicles is placed in service. Vendor will act as the primary coordinator for warranty claims involving these respective manufacturer ¿s warranties. Statement of Work: Scope: The Bureau of Indian Affairs (BIA), Office of Justice Services (OJS), Division of Drug Enforcement (DDE) has an immediate need for one (1) mobile command vehicle. DDE currently has a mobile command vehicle based on a Chevrolet Suburban chassis which needs to have all of the system updated to be compatible with the current fleet of OJS command vehicles. The DDE MCV will allow a rapid response to any significant incident inside or outside Indian country. This would give the DDE a rapid response capability to provide inbound and outbound communications during high threat drug operations within minutes of arrival; the DDE MCV would enable users to establish satellite, radio, phone, and internet communications from virtually any location in the United States. In situations with prolonged operations or infrastructure failure, the DDE MCV would allow command and control to be set up and maintained until support units arrive on scene. The DDE MCV would be equipped with a generator which would power the unit for a prolonged period of time before requiring refueling. This allows the unit an effective means of running communications from affected areas throughout the duration of an operation. The DDE MCV would allow a rapid response to any affected area in order to establish communication, command and control. Background: There is a requirement for the BIA to have the communications capability to support the continuation of that agency ¿s Primary Mission Essential Functions (PMEFs). One of the PMEFs of the BIA is to provide Drug investigative services to high threat areas. In order to accomplish this, the BIA must have the capability to support hazardous operations conducted by DDE. The communication requirement for this mission should at a minimum include interoperable communication, secure telephones and internet access. Objective: The BIA will have the capability to support the PMEFs of the organization by enhancing mobile communications capabilities, to ensure the continuation of the agencies ¿ PMEF across the full spectrum of hazards, threats, and emergencies, including catastrophic attacks or disasters. The BIA will accomplish this by procuring by retrofitting one existing communication platform which will be capable of being set up in austere remote locations where facilities will not be available for a minimum of five days. This asset will be based on an existing vehicle platform which will be retrofitted to the current communication standards. This platform will be reconfigured to be a mobile command center equipped with the latest satellite based communication equipment, allowing the senior DDE agent to communicate with OJS senior leadership, US Attorney ¿s regional offices, law enforcement districts and tribal organizations nationwide. The communication system on this asset will be separate from the nations cellular and telephone infrastructure. Contractor Tasks Vehicle Safety and Design: Safety in terms for retrofitting this vehicle will be an important consideration for procurement. The vehicle delivered shall comply with all applicable Federal safety guideless. The contractor will make accurate statements as to size, weight and dimensions of the vehicle and any manufacturer ¿s specifications. All measurements will be in English units. Quality of Workmanship and Provided Materials: This vehicle retrofit shall be only of the highest industry standards. The contractor shall show the company is in position to render prompt service and has the ability to furnish replacement parts for said vehicle. No modifications should be made which will alter the safety, performance or warranty. Minimum Requirements: All specifications herein contained are considered as minimum and does not relieve the contractor from furnishing any and all pertinent equipment to the vehicle being retrofitted. All parts not specifically mentioned which are necessary to provide a complete vehicle shall be included in the quote, and shall conform in strength, quality of materials and workmanship to what is usually provided to the trade in general. The contractor must state the brand of any item provided which is a substitute for the brand or model specified for evaluation by the purchaser. Exceptions/Deviations: The contractor shall list any exceptions or clarifications to the published specifications all deviations, no matter how slight, will be clearly explained on a separate cover sheet entitled ¿EXCEPTIONS TO SPECIFICATIONS ¿. Explanations of deviations shall include relevant data, pictures, designs, engineering tolerances and/or specifications. Any exceptions or variations to these specifications must be submitted with the quote. Warranty: The manufacturer shall warranty each vehicle to be free from defects in materials or workmanship under normal use and service. The manufacturer ¿s obligation under this warranty shall be to repair or replace defective part free of charge without charge for installation to the original purchaser for two (2) years. All minimum warranties on frame, structure, workmanship cabinetry and drawers, and other manufactured products shall be listed in each quote. Transportation costs for warranty repair shall be at the contractor ¿s expense. Anti-Collusion Statement: The contractor agrees their quote is made without any understanding, agreement, or in connection with any other person, firm, or corporation making a quote for the same purpos
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A16PS00640/listing.html)
 
Record
SN04128644-W 20160527/160525234612-2de451cbc259105fc221c74b1b6857fd (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.