Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

25 -- Retrofit 63 Government Vehicles

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
441310 — Automotive Parts and Accessories Stores
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, DC, 20536, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
VSF07SP0003
 
Response Due
7/27/2007
 
Archive Date
8/11/2007
 
Description
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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is VSF07SP0003 and is issued as a Request for Quotes (RFQ). The associated North American Industry Classification System (NAICS) code is 441310. Size Standard is 6.5. Immigration & Customs Enforcement (ICE) has a requirement to install emergency equipment in sixty-three (63) government vehicles in the surroundings of San Francisco, CA. The Government will award on an all or none basis. The items /services and quantities are as follows: Item Number Item Unit QTY 0001 Headlight Flasher Each 63 0002 Rear Deck Light Each 63 0003 4 Corner Strobe Each 63 0004 Sirens w/PA/ and Controller Each 63 Year Make/Model Description 1. 2007 BUICK LUCERNE SEDAN 2. 2007 CHEVY IMPALA SEDAN 3. 2007 DODGE CHARGER SEDAN 4. 2007 DODGE CHARGER SEDAN 5. 2007 CHEVY IMPALA SEDAN 6. 2007 CHEVY IMPALA SEDAN 7. 2006 BUICK LUCERNE SEDAN 8. 2006 BUICK LUCERNE SEDAN 9. 2006 BUICK LUCERNE SEDAN 10. 2006 DODGE CHARGER SEDAN 11. 2006 FORD CROWN VIC SEDAN L 12. 2006 FORD CROWN VIC SEDAN L 13. 2006 FORD CROWN VIC SEDAN L 14. 2004 CHEVY IMPALA SEDAN 15. 2003 BUICK REGAL SEDAN 16. 2003 BUICK REGAL SEDAN 17. 2003 DODGE INTREPID SEDAN 18. 2003 FORD CROWN VIC SEDAN L 19. 2006 CHEVY MALIBU SEDAN 20. 2003 CHEVY IMPALA SEDAN 21. 2003 CHEVY IMPALA SEDAN 22. 2003 DODGE STRATUS SEDAN 23. 2003 DODGE STRATUS SEDAN 24. 2003 FORD CROWN VIC SEDAN L 25. 2003 FORD CROWN VIC SEDAN L 26. 2003 FORD CROWN VIC SEDAN L 27. 2006 CHEVY MONTE CARLO COUPE 28. 2006 CHEVY MONTE CARLO COUPE 29. 2006 CHEVY MONTE CARLO COUPE 30. 2006 CHEVY MONTE CARLO COUPE 31. 2006 CHEVY MONTE CARLO COUPE 32. 2006 CHEVY MONTE CARLO COUPE 33. 2003 CHEVY MONTE CARLO COUPE 34. 2003 FORD MUSTANG COUPE 35. 2007 CHEVY BLAZER SUV 36. 2007 CHEVY BLAZER SUV 37. 2007 CHEVY BLAZER SUV 38. 2007 FORD EXPEDITION SUV 39. 2007 FORD EXPEDITION SUV 40. 2007 FORD EXPLORER SUV 41. 2007 FORD EXPLORER SUV 42. 2007 JEEP GR CHEROKEE SPORT UTILITY 43. 2007 JEEP GR CHEROKEE SPORT UTILITY 44. 2007 JEEP GR CHEROKEE SPORT UTILITY 45. 2007 JEEP GR CHEROKEE SPORT UTILITY 46. 2007 JEEP GR CHEROKEE SPORT UTILITY 47. 2007 JEEP GR CHEROKEE SPORT UTILITY 48. 2006 FORD EXPLORER SUV 49. 2004 CHEVY TAHOE SUV 50. 2004 CHEVY BLAZER SUV 51. 2004 DODGE DURANGO SUV 52. 2006 CHEVY BLAZER SUV 53. 2006 CHEVY BLAZER SUV 54. 2003 CHEVY BLAZER SUV 55. 2003 CHEVY BLAZER SUV 56. 2003 CHEVY BLAZER SUV 57. 2006 FORD EXPLORER SUV 58. 2003 FORD EXPLORER SUV 59. 2006 DODGE DAKOTA QUADCAB PICKUP 60. 2003 DODGE DAKOTA QUADCAB PICKUP 61. 2003 FORD F150 PICKUP 62. 2003 DODGE CARAVAN VAN 63. 2003 CHEVY ASTRO VAN VAN NOTE: The emergency equipment will be provided for the contractor. Contractor is to provide all relays, fuses, switches, cabling, controllers, bulbs, mounts, sirens, flashers and hardware. Emergency/safety lighting systems to be tested for interference with currently installed radios and shielded if necessary. Contract award cannot be made to any contractor not enrolled in the Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. The Offeror may obtain the full text of the clauses electronically at web site http://www.arnet.gov/far. I. Provision 52.212-1, Instructions to Offerors- Commercial Items applies. Provision 52-212-2, Evaluation - Commercial Items applies. With evaluation factors of: a. Technical (capability of the equivalent product offered to meet the agency?s need in accordance with FAR 52.211-6) b. Installation of the equipment on the vehicles must be within city limits of San Francisco, CA. c. The installation schedule will be provided after award. II. In lieu of completing the ?Offeror Representations and Certifications? and sending back to the Government as formerly required under FAR 52.212-3, the offeror shall submit representations and certifications through the Online Representation and Certification Application (ORCA) at http://orca.bpn.gov, per the Federal Acquisition Regulation amended as of November 2006. III. FAR Clauses 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2007), 52.204-7, Central Contractor Registration (July 2006) and 52.232- 33, Payment by Electronic Funds Transfer are hereby incorporated by reference. IV. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Mar 2007), which incorporate by reference the following Clauses: 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (Oct 1995)(41 U.S.C. 52.222-3, Convict Labor (Jun 2003)(E.O. 11755). 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). 52.225-1, Buy American Act--Supplies (JUN 2003)(41 U.S.C. 10a-10d). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). Questions concerning this RFQ should be submitted to Gervonna Crump at 202-616-2674 or email to gervonna.crump@dhs.gov. Offers are due no later than 10:00 am EDT on July 27, 2007 at the Department of Homeland Security, Immigration & Customs Enforcement, Office of Acquisition Management, 425 I Street, NW, Room 2208, Washington, DC 20536. Any questions or comments regarding this solicitation must be submitted NLT 2:00 pm EDT on July 23, 2007. No Solicitation document is available. Electronic submission will be accepted. Quotations may be faxed to (202) 514-3353, Attention: Gervonna Crump, or emailed to gervonna.crump@dhs.gov.
 
Place of Performance
Address: DHS-ICE, 630 Sansome St, Room 1260, San Francisco, CA
Zip Code: 94111
Country: UNITED STATES
 
Record
SN01345296-W 20070720/070718220718 (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.