Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2004 FBO #1012
SOLICITATION NOTICE

23 -- Surveillance Van

Notice Date
9/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, Real Estate and Facilities Contracting Office, Defense Facilities Directorate Contracting Office - Room RDF1K711B 1155 Defense Pentagon, Washington, DC, 20301-1155
 
ZIP Code
20301-1155
 
Solicitation Number
HQ0095-04-T-0152
 
Response Due
9/3/2004
 
Archive Date
9/18/2004
 
Point of Contact
Joseph Hodges, Contracting Specialist, Phone 703 614 3535, Fax 703 692 0811,
 
E-Mail Address
joseph.hodges.ctr@ref.whs.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED/SYNOPSIS SOLICITATION (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. Persons may identify their interest and capability to respond to the requirement. (ii) This Solicitation PFPA-04233-SP-102 is a Request for Quote (RFQ) for Surveillance Van. (iii) This Solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-21, effective March 26, 2004. (iv) CLIN 0001: Surveillance Van with required specifications: Exterior: 1. Door Windows: Privacy tinting and black out covers. 2. Roof: Bolt on rack with ladder ? ladder to be made of PVC (Polyvinylchloride) Interior: 1. Interior shall be insulated on walls and ceiling for sound attenuation, and carpeted on floor. 2. Sliding door on side of van with deadbolt lock and peep hole. 3. One recess fluorescent light on rear ceiling and individual lights on flexible arms for each station desk. 4. Command consol 5. Equipment rack for installing surveillance equipment. 6. Chair for surveillance technician. 7. Bench seat with storage area underneath. 8. Three brackets for supporting cameras. Electrical: 1. Auxillery battery system to augment primary to support running accessories without engine running. 2. DC Power connection points a. Two at the rear corner of the vehicle b. Two near the equipment rack 3. 120 Volt power capability with a connection cable and inverter/charger system to allow connecting into 120/240 volt AC power from alternate power sources. Heat, Air, and Ventilation 1. Heating, cooling, and ventilation shall be thermostat controlled and have sound attenuation to impede noise from equipment. 2. There shall be a separate ventilation system to remove stale air. 3. There shall be two variable speed fans located at: a. Command Consul b. Rear Door area Additional Equipment: 1. Intercom for communication between cab and rear areas. 2. Powered surveillance periscope in rear roof with remote control. 3. Cameras: a. 1 daytime color camera for periscope with lens approximately 30-300 mm and quick release mount b. 1 daytime color camera for door locations with lens approximately 15-75 mm c. 1 low light, black & white camera for periscope with lens approximately 30-300 mm and quick release mount d. 1 low light, black & white camera for door location with lens approximately 15-75 mm 4. Three (3) color type monitors for cameras. 5. Three (3) 24/7 time lapse recorders with built in time/date stamping. 6. Color video printer mounted in equipment rack capable of capturing live action or playback from time lapse recorders. POC: Must be notified within 48 hours of delivery. Ship To Address: Pentagon Force Protection Agency ATTN: Dave Maybery (703) 692-7878 9000 Defense Pentagon, Room 2E139 Washington DC 20301-9000 (v) The following provision applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial Items. The following provision is being added as an Addendum: FAR 52.214-31, Bidders may submit facsimile bids as responses to this solicitation. (vi) FAR 52.212-2, Evaluation- Commercial Items. Award will be based on the best value to the Government, considering price and other non-price factors (ability to meet solicitation requirements). (vii) Offerors are to include a completed copy of provision FAR 52.212.3, Offeror Representations and Certifications-Commercial Items. (viii) The following provision does apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items. (ix) The following clause is applicable to this acquisition: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.232-33. (x) The following clause is applicable to this acquisition: FAR 52.252-2 Clauses Incorporated By Reference; http://farsite.hill.af.mil. In adddition, the following DFAR clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Firms not registered in the CCR may register by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. ONLY FIRMS REGISTERED IN THE CCR ARE ELIGIBLE FOR CONTRACT AWARD. There are no additional contract requirement(s) or terms and conditions necessary for this acquisition that are consistent with customary commercial practices. (xi) There is not a Defense Priorities and Allocations System (DPAS) number assigned to this acquisition. (xii) Submission and delivery of Capability Statements should be forwarded by Sept 3, 2004 by 11:00 A.M. est., using either method: via facsimile at (703)692-0811 or e-mail (patricia.hill.ctr@whs.mil). (xiii) The point of contact for the acquisition are: Contract Specialist, Ms. Patricia Hill, (703) 614-6354, Contracting Officer, Ms. Larna Palmer, (703) 614-9324. ANY FURTHER INQUIRIES SHOULD BE FORWARDED VIA FACSIMILE ON (703) 692-0811. NO TELEPHONE INQUIRIES WILL BE ANSWERED REGARDING THIS SOLICITATION.
 
Place of Performance
Address: DOD/WHS/DFDCO, 1155 Defense Pentagon, Room 5E330, Washington D.C.
Zip Code: 20301-1155
Country: USA
 
Record
SN00663673-W 20040903/040901213455 (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.