Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
SOLICITATION NOTICE

N -- Van Conversions

Notice Date
8/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Acquisition and Property Management Division, 650 Massachusetts Avenue, N.W., Room 3290, Washington, DC, 20226, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
776600001257
 
Response Due
9/5/2007
 
Archive Date
9/20/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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. This solicitation is being issued under Simplified Acquisition Procedures (SAP) and is a 100% Small Business Set-aside. The North America an Industry Classification System (NAICS) is 336211. The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) has a requirement for conversion of three (3) Dodge Sprinter Vans: See Statement of Work: Statement of Work 1. Coleman Mach 3 Plus RV roof mounted 13,500 BTU air conditioner with optional heater assembly. Controls should be mounted within rear compartment. This air conditioner should be hard wired directly to generator. 2. Cummins Onan MicroLite Diesel Generator mounted under vehicle body and above rear axle area. Control panel for generator should be mounted within the rear compartment. Generator needs to be started from within rear compartment. Exhaust must be routed to body perimeter. Generator fuel source is to be vehicle's diesel fuel tank. Generator should be connected to an inverter that will allow use of the vehicles 12 VDC components such as interior compartment lighting, use of a 12 VDC accessory power plug and to charge vehicle battery. 3. One (1) 120 VAC duplex outlet mounted within rear compartment area. One (1) 120 VAC duplex outlet mounted on curb side and street side exterior. All 120 VAC duplex outlets are to be hard wired directly to generator. In addition, one (1) 12 VDC accessory power plug should be located in the rear compartment. 4. Rear compartment interior lighting should consist of both red/white lighting for day/night operations. These lights must run on 12 VDC. 5. Vehicle should be outfitted with discrete exterior red/blue emergency LED or strobe type warning lights for all four (4) vehicle sides. 6. Sliding rigid door assembly mounted between front and rear passenger compartments to allow occupant pass-thru. This door should be equipped with a lock assembly so it can be locked from rear compartment side. 7. Install firearm lock assembly capable of securing six (6) long arms to consist of either M-4's or shotguns. This assembly needs to be installed within the rear compartment area. 8. Install storage assembly capable of storing two (2) ballistic bunkers. 9. Install a rigid metal bench seating assembly with padded cushions on both sides of the rear compartment. The padded cushions should consist of a seat cushion and back rest. This bench seat assembly should be installed to not restrict or impede rear compartment egress. Bench seats should not be installed over the side door area opening. Bench seats should fold up to permit storage compartment access below. A grab rail or strap needs to be installed that are accessible from both sides of the bench seat. 10. Install lockable storage compartment areas below the bench seat assembly on both sides of the rear compartment. The sides of this storage assembly must be metal. 11. Rear compartment interior wall vertical and ceiling horizontal surfaces should be finished using Spectropile Polyester Automotive Fabric. Floor surface material should consist of a non slip type vinyl or rubberized surface. All fabric material should be durability tested and meets Department of Transportation Federal Motor Vehicle Safety Standard 302. 12. Contractors considered for this conversion project must be located in either Pennsylvania, New Jersey or Delaware. This award will be made utilizing the simplified acquisition procedure under FAR Part 13; Far Part 52.212-1 Instructions to Offerors-Commercial Items; Far Part 52.212-4, Contract Terms and Conditions-Commercial Items; FAR Part 52.212-05, Contract Terms and Conditions required to implement Status or Executive Orders-Commercial Items; and FAR Part 52.232-33, Payment by electronic funds transfer apply. Vendor must have registered in the Central Contractor Registration Database at www.ccr.gov to receive this award. Award will be made on an All or None Bases. Submit quotes to Brian Wilkins no later than September 5, 2007, 3.00pm EST. Alternatively, vendors may fax quotes or email quotes and questions concerning this procurement to Brian Wilkins, 202/648-9125 fax, or email to brian.wilkins@atf.gov
 
Place of Performance
Address: Philadelphia, PA
Zip Code: 19106
Country: UNITED STATES
 
Record
SN01387318-W 20070830/070828220536 (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.