Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2006 FBO #1712
SOLICITATION NOTICE

25 -- Emergency Response Vehicle Conversion Kits for Government Owned Vehicles

Notice Date
8/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
336399 — All Other Motor Vehicle Parts Manufacturing
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, Dallas Administrative Center, 7701 N. Stemmons Freeway 8th Floor, Dallas, TX, 75247
 
ZIP Code
75247
 
Solicitation Number
NFU060296
 
Response Due
8/17/2006
 
Archive Date
9/1/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Description (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation, and written copies of this solicitation will not be provided. Quotes ate being requested. FOB: Government delivered. The Government intends to award a Firm-Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13. (ii) The referenced number is NFU060296. This requirement is issued as a Request For Quote (RFQ) (iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11. (iv) This solicitation is being issued as a 100% small business set-aside. The associated North American Industry Classification System (NAICS) code is 336399, and the size standard is 750 employees (v) The Contract Line Item Number and item, quantities, and units of measure are: CLIN 001 Emergency Response Vehicle Conversion Kits on Government Furnished Vehicle located within 300 miles of Washington, D.C. QTY 3 UNIT OF ISSUE EA UNIT PRICE $____________ TOTAL $ ______________ Description of Work for Emergency Response Vehicle Conversions Contractor is requested to provide the following services and items for three (3) government-owned vehicles (GOV), 2006 Chevrolet Suburban ? ton 1500?s. Note: Location of vendor for installation of, and warranted repairs to conversion units must be within 300 miles of Washington, D.C. The following requirements for inclusion in an ERV conversion kit for a GOV: A. ENGINE AND ELECTRICAL 1. ALTERNATOR: High power alternator installed as a direct bolt-on with the OEM alternator returned to the customer. 2. BATTERY SYSTEM: Two-battery system, replace OEM battery and add a second heavy duty emergency vehicle Optima gel battery mounted under the hood in factory mounts or on the body wired through a solenoid operating with the ignition switch. The main power line protected with a heavy-duty 100-amp breaker. 3. THROTTLE CONTROL: Automatic electronic throttle control mounted on the dash or console operating in park and neutral. This unit will raise the idle automatically to maintain battery charge when the vehicle is left at idle at the scene. 4. IGNITION OVER-RIDE: Ignition over-ride system operating from a switch on the dash or console which allows the keys to be removed and the vehicle left running while locked and in park. 5. POWER POINTS: One 12-volt power point, cigarette lighter style outlet mounted in each rear corner of the interior for command lights, portable lighting and other charging equipment. 6. 120-VOLT AC POWER a. SHORE LINE: 20-amp auto-eject receptacle mounted on the left rear side of the vehicle wired to eject when the key is in the ?start? position. Include a junction box with circuit breaker protection and one multi-outlet strip for equipment. Shoreline warning light, interior: Mounted on the console or dash activated when power is applied to the shoreline. b. Interior outlets: Duplex outlets located in the rear compartment near equipment. c. INVERTER: Pure Sine Wave 2500-watt Sine Wave inverter (brand name or equal) installed in the rear of the vehicle, wired to one outlet strip and an on/off switch on the console or rear radio area. These chargers to include battery charger and 2- way transfer switch. B. EXTERIOR 1. WINCH: Hidden mount 9,000 lb winch with roller fairlead installed under the front of the vehicle. 2. WINDOW TINT: Add 20% scratch resistant limo dark tint to all windows and strip across windshield. C. INTERIOR AND CABINETRY 1. CONSOLE: Front control console manufactured with Medium Density Overlay (engineered plywood with applied resin-treated fiber for very smooth finish surfaces) (MDO) grade plywood covered with a color coordinating counter grade laminate. Include a cooling fan, vents, two 12-volt power outlets and a Hella (brand name or equal) map light. The remaining area will remain available for the optional installation of radio control heads and other equipment in the communications section. Flat section to include two drop in cup holders, pocket with locking door and pocket for two chargers. This system to include plug-in harnesses system with function coded GXL wiring. Switching: Controlled by custom switch panel. Carling magnetic circuit breaker switches for all standard functions. Two-stage LED illumination mounted behind custom replaceable film legends to identify the circuits. Harness System: Custom harness system throughout the vehicle including OEM factory style plugs and connectors. All wiring GXL wire function-coded every 4" and the harness system protected with high temperature convoluted loom. No splices or connectors within any harness and anywhere it passes through a wall, a snap ring grommet to be included. OEM factory plug in connectors used where possible, eliminating cutting and splicing into factory wiring. D. CONSOLE COVER: Custom fit black cover for console. E. COMPUTER MOUNT: Heavy-duty swivel mount with lap top tray and hold- downs secured to the passenger side of the console. This mount will secure a standard lap top computer and be capable of being positioned over the radio area to comply with air bag zones or towards the passenger seat when the seat is not in use. (Not a computer docking station.) F. OVERHEAD SPEAKER CONSOLE: Fabricate and upholster a custom overhead console mounted on the ceiling between the driver and passenger seats. Include three Motorola radio speakers behind a custom panel covered with black speaker cloth. For vehicle with an existing overhead console the compartments shall be removed and three speakers behind speaker cloth will be installed. No overhead lighting will be removed (console not for vehicles with a front bench seat). G. INTERIOR LIGHTING: Two halogen lights mounted under the lift-up hatch to illuminate the rear cabinetry without interference by anyone standing at the rear. A momentary cancel switch included that will reset when the doors or hatch is reopened. An additional surface mounted light located on the ceiling to illuminate the interior cabinetry areas and wired to the factory courtesy circuit and all doors. H. INTERIOR CABINETRY 1. CABINETRY: Cabinet systems and command units fabricated from special MDO plywood and covered with high-pressure counter grade laminate or marine grade carpet materials. For added durability, edges trimmed with PVC bumper strip installed into a machine slotted edge, drawer faces and doors built with unbreakable black HDP composite using high quality hardware. System should be transferable from vehicle to vehicle. 2. DIVIDERS: Removable and mounted in an aluminum channel for flexibility, drawers and doors to include adjustable compression style latches, swing open and sliding doors and all drawers to utilize full extension drawer slides. I. EMERGENCY LIGHTING AND EQUIPMENT 1. FRONT COVERT LINEAR LED LIGHT BAR: Whelan Inner Edge 10 Linear LED light bar (brand name or equal), covertly mounted behind the windshield above the rear view mirror with 4 street-side, 4 curb-side and 2 center angled linear LED lights and takedowns wired to the front control console (RED/BLUE). 2. TRAFFIC ARROW CONTROLLER: Whelan Traffic Advisor low profile #300 Super LED with Red/Blue/White - TIR3 LED, (brand name or equal) Control head, Right, Left, Split and Flash patterns. J. FRONT LIGHTING 1. HEADLIGHT FLASHERS: Alternating headlights wired to a switch on the console. Selected vehicles require a halogen insert into the existing headlight housings so not to interfere with the factory Daytime Running Lights (DRL) and computer activated illumination circuits. 2. GRILL LIGHTS: Single LED behind the grille, two LED lights total (red & blue). 3. CORNER STROBES: Strobes mounted in the front parking lights and rear taillights, wired to the power supply (four strobes total). K. SIDE AND REAR LIGHTING 1. REAR LIGHTS: Single LED between hatch and bumper, #300 red & blue LED lights mounted on the front and rear ends of the side running boards, wired to a flasher and the switch on the front console, two lights total (red & blue). 2. BEHIND GLASS LIGHTING, rear side windows: Whelan Dominator 4(brand name or equal) LED red & blue light unit model behind each side rear window (total of 8 LED?s in 2 Units). L. SIREN AND WARNING SYSTEMS 1. SIREN: Whelan HF-295-9, (brand name or equal) 200-watt dual amp siren with hands-free operation, mounted in the front control console and wired to the siren speakers in the front of the vehicle. 2. SIREN SPEAKERS: Two 100-watt siren speakers mounted in the front of the vehicle and wired to the siren in the console. M. ACCESSORIES 1. FIRE EXTINGUISHERS: Fire extinguisher mounted, located in the rear of the vehicle in a location to be determined when a production plan is approved. - 5 lb. ABC N. COMMUNICATION EQUIPMENT GOVERNMENT FURNISHED ITEMS 1. RADIOS: a. Remote head high power radio with the control head installed in the front console and the radio chassis mounted in the rear of the vehicle. b. Remote head high power radio with the control head installed in the front console and the radio chassis mounted in the rear of the vehicle. 2. ANTENNAS: Base and lead only a. Three antenna bases installed on the roof with the leads terminating in the front control console. 3. PORTABLE CHARGER: a. Install two remote chargers in a console pocket, wired to constant power. (vi) The contractor must provide the services for conversion of Government furnished vehicles according to the description of work. The contractor?s facility must be within three hundred (300) miles of Washington, D.C. (vii) The term of the contract will be 20 days per vehicle. Place of performance: contractor?s facility within 300 miles of Washington, D.C. (viii) The provision at 52.212, Instructions to Offerors ? Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (ix) Award will be made based on technically compliant low price. (x) ONLINE REPRESENTATION AND CERTIFICATION APPLICATION (ORCA) The Federal Acquisition Regulation was recently amended to require offerors complete Representations and Certifications through ORCA at least annually as of January 1, 2005. The offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the due date. (xi) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None (xii) The clause at 52.203-6 Restrictions on Subcontractor Sales to the Government Alt I (Oct 1995); 52-209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (Dec 2001); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Item (Feb 2006); 52.222-3 Convict Labor (Jun 2003); 52-222.19, Child Labor Cooperation with Authorities and Remedies (Jan 2006); 52.222-21 Equal Opportunity for Special Disabled Veterans, Veterans, of the Vietnam Era, and other Eligible Veterans (Dec 2001); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003); 52.219-6 Notice of Total Small Business Set-Aside (June 2003); 52.245-2 Government Property (Fixed-Price Contracts) (May 2004) (xiii) The following additional clauses are cited: 52.204-7 Central Contract Registration (Jul 2006) (xiv) The following notes apply to this announcement: None (xv) Offerors are due no later than August 17, 2006 12: Noon EDT at the Department of Homeland Security, Immigration and Customs Enforcement, Office of Acquisition Management ? Dallas, 7701 N. Stemmons Freeway, Suite 300, Dallas, TX 75247. No solicitation document is available. Offerors may fax their offer to (214) 905-5568. Offerors must call (214) 905-5442 to confirm receipt of fax. (xvi) For more information regarding this solicitation please contact Darlene Leavell, Acquisition Specialist at (214) 905-5442 darlene.leavell@dhs.gov or Anthony Webb, Contracting Officer, at (214) 905-5424 anthony.webb@dhs.gov Point of Contact Darlene Leavell, Acquisition Specialist, Phone (214) 905-5442, Fax (214-905-5568, Email darlene.leavell@dhs.gov - Anthony Webb, Contracting Officer, Phone (214) 905-5424, Fax (214) 905-5568, Email anthony.webb@dhs.gov Place of Performance Contractor?s facility located within 300 miles of Washington, D.C.
 
Record
SN01104033-W 20060804/060802220426 (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  © 1994-2020, Loren Data Corp.