Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
SOLICITATION NOTICE

25 -- Vehicle Modification/Build-out

Notice Date
7/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
441310 — Automotive Parts and Accessories Stores
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Engineering Contracts Unit/PPMS, FBI Engineering Research Facility Building 27958A, Room A-263, Quantico, VA, 22135
 
ZIP Code
22135
 
Solicitation Number
RFQ0034772
 
Response Due
8/2/2005
 
Archive Date
8/17/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is being conducted as a 100% small business set-aside under Federal Acquisition Regulation (FAR) Parts 12 and 13 (test program). This RFQ is a Brand Name or Equal requirement in accordance with FAR 11.104. Substitute brands may be provided if they perform the same function. If the quote is for an equal product, specifications of the items must be included in the quote. Products equal to Brand Name must be accompanied with verifiable references. The justification for Brand Name or Equal is due to the compatibility required for the government furnished equipment and present alarm and GPS tracking systems. The Federal Bureau of Investigation intends to award a firm-fixed price contract under Request for Quote (RFQ) 0034772 for the supplies, equipment and installation required to modify eight (8) existing Dodge Sprinter Vans to secure Transportable Storage Area Network (TSAN) Systems. Each Dodge Sprinter van shall be converted to secure the TSANs with the following: Global Positioning System (GPS); Security Alarm System; Window Tinting; Bedslide System; and a Bumper Crane. The 2005 Dodge Sprinter Vans and TSANs rail mounting and hoisting attachment system will be Government Furnished Equipment (GFE). The requirement shall include eight (8) each of the following: 1) Global Positioning System (GPS) ? The GPS shall consist of a Garmin Street Pilot Model 2620. It shall be hard-mounted to the dashboard visible and accessible to the driver and hardwired to the van?s 12 VDC system; 2) Bumper Crane ? The bumper crane system shall consist of a Western Mule V-series for a Dodge Sprinter Van. The bumper hoist shall have a hoisting capacity of no less than 750 pounds and shall be installed per manufacturer?s recommendation for Dodge Sprinter Vans; 3) Window Tint ? Window tint on the rear cargo loading doors shall be at 5% visibility with glass breakage wire meshing on the two windows. The front window tinting shall consist of 5% visibility and shall be applied to the driver?s side, passenger side and front ventilation windows (2); 4) Bedslide ? The IFW bedslide system shall be hard-mounted in the rear of the van in the cargo loading area and shall be 42?x 36? with a minimum weight capacity of 1,200 pounds when fully extended. The Bedslide system shall allow intermittent locking up to the final extension length. The government furnished TSAN rail mounting system shall be installed by the contractor conducive with the bedslide system; 5) The Alarm system shall consist of a remote wireless key system that shall engage and disengage the pre-existing van manufacturer?s power locks. The remote control shall have armed, disarm and panic functions. A spare remote wireless key shall be provided for every alarm system provided. In regards to the equipment and supplies be installed, all manufacturer-provided manuals and wiring diagrams shall be provided to the government for retention. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. All registries and warranties shall be transferred to the government for final disposition. All work, including modifications, alterations and installation of components must take place at a location in the Washington DC Metro area. The FBI does not have a facility for contractors to perform the functions and all expenses including travel, freight and leasing of an appropriate facility, if required, will be borne by the contractor. The Dodge Sprinter Vans are presently housed at the FBI Training Academy in Quantico, Virginia. Prior to delivery, the government shall be afforded the opportunity to inspect all installations. Additionally, a full system demonstration and instruction is required after final inspection of the bedslide, alarm and GPS systems. Delivery of the completed vans shall be 30 days after receipt of order. The North American Industrial Classification System Code is 441310 and the Not To Exceed small business size standard is $6 million. All quotes shall be submitted to the attention of Ms. Renee L. Braun, Contracting Officer, FBI Training Academy, Building #15, Engineering Contracts Unit, Quantico, Virginia 22135 by August 2, 2005 at 3:00PM, EST. Facsimile or mailed copies will be accepted. The RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Regulation Circular (FAC) 2005-04. The provision at FAR Clause 52.212-1. Instruction to Offerors (January 2005) and addendum are incorporated into this solicitation. Addendum to 52.212-1, Modify: b) Submission from offer (s) is to read as follows: ?Submit signed and dated offer(s) to the attention of Ms. Renee L. Braun, Contracting Officer, at FBI Academy, Building #15-FMU, RFQ-0034772, Quantico, Virginia 22135. The quote may be facsimiled to (703) 632-1844. Provision 52.212-2. Evaluation ? Commercial Items (JAN 1999) is included by reference. This requirement will be awarded to the low price technically acceptable (LPTA) offeror. The contractor is required to submit the name and address of two references for whom they performed similar work. Clause 52.212-3, Offeror Representations and Certifications (March 2005) is applicable. Please include a copy of this provision with your quotation. As prescribed in FAR 12.301 (b) (2), an offeror shall complete only paragraph (j) of the 52.212-3, if they have successfully completed the annual representations and certifications via the online website at http://orca.bpn.gov. Clause 52.212-4. Contract Terms and Conditions ? Commercial Items (Oct 2003) applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders (APR 2005), applies to this acquisition. Applicable clauses under 52.212-5, (b) include: (5)(i), (14), (15), (16), (17), (18), (19), (20), (23), (24)(iii), (27), and 52.212-5, (c): (1), (2). This contract will be awarded as a commercial item in accordance with FAR Parts 12 and 13. The awardee shall be registered in the Central Contractor Registration Database. Full text of the FAR clauses can be found at: http://www.acqnet.gov/far. See Note #1.
 
Place of Performance
Address: FBI Academy, Quantico, VA
Zip Code: 22135
Country: USA
 
Record
SN00846108-W 20050715/050713211913 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.