Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2005 FBO #1360
SOLICITATION NOTICE

23 -- Desert Rescue Vehicle

Notice Date
8/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
Reference-Number-AJO-05-0144
 
Response Due
8/30/2005
 
Archive Date
9/16/2005
 
Point of Contact
Brenda Lopez, Contracting Officer, Phone 520/670-6871, x4986, Fax 520/883-0628, - Lorie Derr, Purchasing Agent, Phone 520-670-6871, Fax 520-883-0628,
 
E-Mail Address
brenda.lopez@dhs.gov, lorie.derr@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation quotation (RFQ) for commercial items prepared in accordance with the format in Subpart 12.603 as supplemented with additional information included in this notice. This RFQ is issued under FAR Part 12 as a modified commercial item and the Test Program for Certain Commercial Items under FAR Part 13.5. This announcement constitutes the only quotation and a written quotation will not be issued. The Department of Homeland Security/ Customs and Border Protection is requesting a quotation to provide two (2) rescue buggies to Customs and Border Protection/ U.S. Border Patrol’s Ajo Station. The contractor shall offer buggies that will meet the Government’s application in accordance with the attached specifications. All equipment and parts offered shall be designed for heavy duty, off-road use in the roughest terrain (soft sand, hard sand, and mountains), extreme weather conditions, and be of professional race quality construction. The Government will provide a backboard, Stokes litter and oxygen tank, emergency medical gear bag, two way radio, speaker, radio antenna, siren and emergency lights to the awarded contractor so that these items can be incorporated and installed on the buggy. The quoter shall submit the following for consideration: (1) descriptive literature for all equipment offered to be furnished, (2) warranty, to include the equipment, response time for warranty repairs, warranty on the installation, and service location, (3) delivery schedule, (4) references of at least three contracts of the same or similar nature which includes contract number, point of contacts, name and address, type of equipment furnished, and (5) price. Prices are solicited FOB Destination (Ajo, AZ). FAR 52.212-2 Evaluation-Commercial Items applies with evaluation factors of technical, past performance and price and price related factors. The following FAR Clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which incorporate the following Clauses: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Affirmative Action for Disabled Veteran Era (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); Buy American Act – Balance of Payment Program-Supplies (41U.S.C. 10a-10d); 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129); and 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration. Contractor must be currently registered in the Central Contractor Registration, Online Representations and Certifications Application (http://orca.bpn.gov), and provide DUNS number and TIN with quotation. The contractor may obtain the full text of the clauses electronically at web site http://www.arnet.gov/far. Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-05. The North American Industry Classification System Code (NAICS) is 336999; Size Standard is 500 employees. This requirement is a small business set-aside. Closing date or response date for this synopsis/quotation AJO 05-144 is August 26, 2005 at 4:00pm, Pacific Time. Only written responses will be accepted, No phone calls will be accepted. Responses can be faxed to (520) 883-0628, Attn: Brenda Lopez, or E-mail in MS Word format. All responsible sources may submit a quotation which will be considered by the agency. Oral communications are not acceptable in response to this notice. (See attachment for specs). 1) Frame Specifications: A. The frame will be constructed with 1 ½” 4130 chromoly tubing. B. The frame will be of the rear engine design. C. The frame will be of the four-seat design. D. The wheelbase will be 125”. E. Overall width will be 80” at the front wheels and 90” at the rear wheels. F. Aluminum floor pan from front to rear will be .120-wall thickness. G. Aluminum skid plates for engine and transmission will be of .250 wall thickness. H. There will be an aluminum roof from front to rear. I. There will be mounts for oxygen tanks on each side of the frame. J. There will be one tow hook in the front and one two hook in the rear. K. There will be a side step on each side measuring 59 ½” X 10”. L. Each side step will have an aluminum cover that will be rhino lined for non-slip. M. The aluminum roof and floor pan will also be rhino lined. N. All aluminum interior panels will also be rhino lined. O. Aluminum panels will be isolated with foam stripping. P. The frame will be powder coated white. 2) Suspension Specifications: A. The suspension will be independent front and rear. B. It will have 20” of wheel travel front and rear. C. All suspension parts will be made of 4130-chromoly material. D. All front a-arms will utilize 1” race-quality chromoly material. E. Heavy-duty race quality 4340 chromoly, heat-treated front spindles with integral mis-alignment spacers and threaded studs. F. Heavy-duty race quality chromoly heims will be used on the front a-arms and steering tie rods. G. 934 Porsche c.v. joints with special chromoly race quality cages. H. 934 300m heavy-duty quality drive axles. I. There will be heavy-duty suspension limiting straps on all four wheels. J. (4) 2.5” Fox race quality shocks with remote reservoirs and race quality Eibach coils springs. K. Suspension limiting straps for front and rear. L. All bushings on the suspension will be made of high strength delrin material. M. The front and rear trailing arms, all other suspension parts, and coil springs will be powder coated green to match Border Patrol green currently used on Border Patrol vehicles. 3) Brakes: A. There will be a 934 micro stub rear disc brake set up with four piston calipers. B. There will be two piston disc brakes in the front. C. CNC dual reservoir bias adjustable brake assembly. D. CNC single reservoir clutch assembly with slave cylinder. E. Rear CNC cutting brakes. 4) Engine: A. 175 h.p. 2500cc over head cam fuel injected Subaru with custom-made quiet muffler exhaust system (jet coated). 5) Transmission: A. Mendeola S-4 sequential shift heavy-duty transmission with 934 flanges. 6) Steering Specifications: A. Race-quality rack and pinion with power assist. B. Sweet inline power valve. C. Power steering fluid remote reservoir with filter. 7) Components: A. (4) Suspension type seats with adjustable headrests and storage pockets on the backs of the front seats. B. The driver seat will be adjustable. C. (4) Crow race quality heavy-duty 5-point safety belts. D. Oversized Ron Davis aluminum radiator 31” X 18 ¾” X 4” with dual high power electric fans. E. (2) Hella H.I.D. off road head lights. F. (2) Hella H.I.D. side spotlights. G. (1) Hella H.I.D. rear spotlight. H. (2) Rear taillights with red lenses. I. There will be one gun mount on each side, one for a shotgun and one for an automatic weapon. J. Fiberglass hood. K. Aluminum side panels and front quarter panels. L. Hi-torque starter. M. Removable windshield with aluminum frame, frame powder coated white. N. Removable rack on roof for rescue stretcher and proper hold-down brackets and mounts. O. Convex rear view mirror 4” X 14”. P. 14” grant steering wheel with quick disconnect. Q. G.P.S. mount on the dash. R. U.M.P. aluminum hi-flow off road air cleaner. S. Aluminum over flow tank for radiator. T. CNC accelerator pedal. U. CNC dual brake pedal. V. CNC clutch pedal W. Jamar super shifter. X. Aluminum oil breather for engine. Y. The aluminum side panels and front quarter panels will be powder coated white on the outside. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/USCS/PDDC20229/Reference-Number-AJO-05-0144/listing.html)
 
Place of Performance
Address: Customs and Border Protection, Tucson Sector, Ajo Arizona
Zip Code: 85321
Country: US
 
Record
SN00871140-F 20050817/050815213229 (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.