Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2004 FBO #1000
SOLICITATION NOTICE

25 -- MODIFICATION OF VEHICLES

Notice Date
8/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
441310 — Automotive Parts and Accessories Stores
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ0173062
 
Response Due
9/7/2004
 
Archive Date
9/22/2004
 
Point of Contact
Angela Brown, Contracting Officer, Phone 202-324-5286, Fax 202-324-0570,
 
E-Mail Address
clcu@fbi.gov
 
Description
17. This is a combined synopsis/solicitation for Commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals/bids are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ# 0173062, the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2004-24. This solicitation in under Simplified Acquisition Procedures (SAP). The North American Industry Classification System Code is 33299 and the business size standard is 500 employees. This contract action will result in a Firm-Fixed price - Brand Name or Equal, one-time buy, all or none. The Government intends to acquire competitive prices on the following items with Command Package (Price Per Vehicle) Design, build and install a command module to have the following characteristics. Rear mounted cabinetry to include: File cabinet, 12v/110v outlets, copier/fax/printer machine, drawers and shelves, mounted on slide-out drawer, SCBA mount on rear of command cabinet, accessible when the unit slides out, storage area behind cabinetry, between rear seat and command cabinetry, Surface for writing and putting a laptop computer permanent or slide out surface, Panel to mount radio head, Panel for lighting, Thin-Lite Flourescent Light Fixtures (2) in rear headliner, 200 amp alternator upgrade, Vanner combination inverter/battery charger, Kussmaul auto-eject shoreline, custom painted to match exterior of truck; Snow Plows (F350 Pick-up) Meyers 8? snow plow with hydraulics, Plow remote controls, cab mounted;Brush Guard/Winch (Suburban/F-350 Pick-up) Install wraparound brush guard to the front of the vehicle, Install 9,000 lb. or greater Warn Hidden mounted winch system in front bumper and/or mounted on brush guard; Emergency Vehicle Lighting (Suburbans) Option #1 Install the following emergency lighting. (12 ea.) Microthin Remote Strobes, (4 ea.) Hideways Stobes, (2 ea.) Stobe Packs (8 outlet), Vendor supplied custom switch panel to fit OEM Dash sundry slot; Emergency Vehicle Lighting (Suburbans) Option #1 Install the following emergency Vehicle Lighting, (5 ea.) LED Red/Blue Slimlighter, High Intensity, (2 ea.) Red/Blue LED Lights Grill Mounted, (4 ea.) Hide-away Strobes, Power Pack, (2 ea.) Red/Blue Surface Mounted LED (rear exterior box of F-350 Pick-ups), (1 ea.) Headlight Flasher, Vendor supplied custom switch panel to fit OEM Dash sundry slot; Transportation Cost ? Include any cost for pick-up and delivery of all vehicles from Woodbridge, Virginia. The above characteristics are intended to be descriptive, but not restricted. Unless clearly marked that the vendor is quoting on an equal the offered item shall be considered as the brand name product referenced in the announcement. If the vendor proposed to furnish an equal product the brand name if any, of the product to be furnished shall be inserted on the proposal. The evaluation of the quotations and the determination as to equality of the product shall be the responsibility of the Government and will be based on furnished by the vendor. The purchasing activity is not responsible for locating or securing any information which is not identified in the quotation and reasonably available to the purchasing activity. To ensure sufficient information is available, the vendor must furnish as a part of his quotation all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to determine whether the product meets the salient characteristics of the requirement. If the vendor proposed to modify a product so as to make it conform to the requirement of this announcement he shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. A standard commercial warranty is required. FOB-Destination--FBI, Laboratory Building, Quantico, VA 22135; All responsible sources that submit a quote within 10 days shall be considered by the agency. The following FAR clauses are incorporated by reference and apply to this acquisition. A full text of clauses and provisions can be obtained at http:/www.arnet.gov/far and usdoj.gov/. FAR 52.212-1 Instructions To Offerors-Commercial Items (JAN 2004); FAR 52.212-2 Evaluation-Commercial Items (Jan 1999); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); Each offeror shall include a completed copy of the FAR provisions at 52.212-3 Offeror Representation and Certifications (Jan 1997) with its offer. FAR 52-211-6 - Brand Name or Equal (Aug. 1999), JAR 2852.211 Brand Name or Equal (Jan. 1985). All proposals shall be submitted to the address listed on line number seven no later than 1:30 P.M. EST, 09/07/04. All proposals shall be clearly marked with RFQ# 0173062. All offerors are here by notified that if your proposal is not received by the date/time and at the location specified in this notice announcement, that it will be considered late/nonresponsive. The Point of Contact for all information regarding this acquisition is Ms. Angela M. Brown, Contract Specialist, at the address and phone number listed above. Proposals can be faxed to (202) 324-0570. The award will be made to the responsive, responsible offeror submitting the lowest price technically acceptable offer and meeting all terms and conditions set forth in the announcement. Award to be made within two (2) weeks after closing.
 
Place of Performance
Address: Quantico, VA
Zip Code: 22135
 
Record
SN00648221-W 20040822/040820211853 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.