Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOLICITATION NOTICE

58 -- Equipment for Police Cars

Notice Date
8/21/2008
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, Army Reserve Contracting Center - North, Army Reserve Contracting Center - North, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA08T0182
 
Response Due
8/26/2008
 
Archive Date
10/25/2008
 
Point of Contact
Catherine Gierke, 608-388-6104<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001: The purpose of this amendment is to answer questions from vendors. 1. What are the make, model, and year of the vehicles using the push bumpers in CLIN 0009 and do you want the optional horizontal pushpad? The following vehicles require Push Bumpers: (7) 2008, (11) 2007, (1) 2006, and (3) 2005 Chevrolet Tahoes. The optional horizontal pushpad is not required. 2. Can a steel SUV Cargo Caddy be substituted for the plastic one requested in CLIN 0008? No, due to weight constraints do not substitute with a steel cargo caddy. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition procedures in FAR 13 and the format in 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. W911SA-07-T-0182 is issued as a Request for Quotation, RFQ, and is due by 4:00 p.m. CST, 26 Aug 2008. This solicitation is a set aside for small business participation under NAICS code 334290 with a small business size standard of 750 employees. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. CLIN 0001: Measuring Wheel: Keson Telescoping Compact Executive Measuring Wheel, Road Runner Model RR112 or equal product. Product description: Color yellow; four digit counter measures up to 999 ft w/o resetting; accurately measures curved, vertical or horizontal surfaces; 1' wheel circumference; 4 inch wheel height; 17 inch collapsed length; 38 inch extended length; weighs only 1-1/5 lbs; 1 year warranty. 25 EA. CLIN 0002: FlareAlert Beacon Kit or equal product. Eight red FlareAlert Beacons, eight universal cone adapters, eight universal weighted bases; beacons can withstand a 20,000 lbs vehicle; beacons measure 1-3/4 inch H x 3-5/8 inch W; 1/2 lb; weighted bases are heavy enough to keep the beacon stationary; Cone Adapters can be screwed into weighted bases; beacons are waterproof; and a 2 year warranty. 25 EA. CLIN 0003: BigEasy Glo Lockout Tool Kit or equal product: The tools actuate lock button, door handle or electric locks on most cars and trucks; done from outside vehicle in less than one minute; and the kit comes with 56 inch long glow-in-the-dark BigEasy, plastic wedge, inflatable wedge, and lock knob lifter. 25 EA. CLIN 0004: BigEasy Carrying Case or equal product: For the BigEasy Glo Lockout Tool Kit. 25 EA. CLIN 0005: Intoxilyzer S-D5 Alco Tester or equal product. Ergonomically designed for ambidextrous use; unit has three-digit display; audio indicator beeps when the tester is not working properly; fits in Officer's shirt pocket w/ a response time of within five seconds. Includes cases and five disposable mouthpieces. Accurate to +/- 005BrAC up to and +/-5% above BrAC. Meets DOT spec. Requires 2 AAA batteries. 25 EA. CLIN 0006: Trooper Spike System: Federal signal 15 foot Trooper Spike System or equal product. Quickly deploy and retrieve the one-piece, pre-assembled Metro Spike system from virtually any nearby location; constructed of molded Dupont Zytel and Flexible Nylon with stainless hardware; expands to 15 feet long; 1-4/5 inch L self-adjusting stainless steel spikes; deployment spool/handle; includes spike installation tool; measures 3-1/2 inch H x 17-1/2 inch W x 20 inch L; and comes with 5-year warranty. 25 EA. CLIN 0007: Smith & Wesson First Responder or equal product. Stainless steel serrated blade w/screwdriver tip; spring loaded window punch; thumb stud for one-hand opening; locking blade; and the responder measures 8 inch opened and 4-1/2 inch closed. 25 EA. CLIN 0008: SUV Cargo Caddy or equal product. Full-size, color black. 12 EA. CLIN 0009: Setina PB400 Push Bumper or equal product. Steel for SUV. 22 EA. The full text of provisions and clauses incorporated herein may be accessed electronically at the following sites: http://farsite.hill.af.mil/, http://www.arnet.gov/far, and http://aca.saalt.army.mil/Community/policies.htm. The provisions at FAR 52.211-6 Brand Name or Equal, FAR 52.212-1 Instructions to Offerors-Commercial (no addenda), and FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items apply to this acquisition. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS Clause 252.212-7001; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b); 252.225-7036, Buy American Act North American Free Trade AgreementIsraeli Trade Act (AltI); 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7003, Electronic Submission of Payment Requests; and 252.247-7023, Transportation of Supplies by Sea (Alt III). ACA AI clause 5152.233-9000 ACA Executive Level Agency Protest Program (Nov 2005). In accordance with FAR 39.106, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number, offerors complete mailing and remittance addresses, unit and extended price per CLIN, discount terms, technical information displaying features of proposed equal for comparison to suggested product, DUNS number, and Tax Identification Number. PROSPECTIVE CONTRACTORS SHALL ALSO complete electronic annual representations and certifications at http://ocra.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer may proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. A DUNS number is required for CCR registration. If your company does not have DUNS #, obtain one by calling 800-333-0505. QUOTES MAY BE SUBMITTED by mail, Email, or fax. If you have questions, contact Catherine Gierke, Contract Specialist, catherine.gierke@us.army.mil. Telephonic requests for information are discouraged. Quotes must be received at ACA Contracting, 2103 S. 8th Ave, Fort McCoy, WI 54656-5151, no later than 26 Aug 08, 4:00 PM CST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bccea084bbc9c4309f32cc004a51eb5b&tab=core&_cview=1)
 
Place of Performance
Address: Army Reserve Contracting Center - North Building 2103, 8th Avenue, Fort McCoy WI<br />
Zip Code: 54656-5153<br />
 
Record
SN01646812-W 20080823/080821221034-bccea084bbc9c4309f32cc004a51eb5b (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.