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

23 -- FIRE RESCUE COMMAND VEHICLE.

Notice Date
8/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Wyoming, USPFO for Wyoming, 5500 Bishop Boulevard, Cheyenne, WY 82009-3320
 
ZIP Code
82009-3320
 
Solicitation Number
W912L3-08-B-0003
 
Response Due
9/10/2008
 
Archive Date
11/9/2008
 
Point of Contact
Jason Salsgiver, 307-772-5966<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W912L3-08-B-0003 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 336211 with a small business size standard of 500 employees. This requirement is a [Small Business] set-aside and only qualified offerors may submit bids. The solicitation pricing will start on the date this solicitation is posted and will end on 10 September 2008 4:00 PM Mountain Standard Time. FOB Destination shall be Camp Guernsey, WY 82214-0399. The Wyoming Army National Guard requires the following items, Brand Name or Equal, to the following: Fire/Rescue Command Vehicle the specifications, 1, EA. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using email. Bids can be in any format as long as all costs, delivery schedule, etc. are clearly identified for the Fire/Rescue Command Vehicle. We shall rank all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to Jason.salsgiver@us.army.mil and david.bremer@us.army.mil so that they are received at that email address no later than the closing date and time for this solicitation. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following clauses and provisions require a response from vendors if applicable, to the following: 52.209-5, 52.209-6, 52.212-3, 52.212-3 Alt1, 52.222-48 and 252.247-7022. Any applicable provisions and clauses must be provided electronically prior to the solicitation closing time and date by email to Jason.salsgiver@us.army.mil and david.bremer@us.army.mil. Proposed responders must submit any questions concerning this solicitation before 5 September 2008,12 noon MST, to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. Questions will be distributed via a Word document on a non-attribution basis. New equipment ONLY, NO remanufactured products The following are the minimum specifications: COMMAND VEHICLE Whelen LED Warning Light System A Whelen Freedom Series #FN55VLED 55 light bar will be mounted on the roof. Install (4) Whelen Hide A Way LEDs (2) in the front turn signals and (2) in the rear turn signals. Install (4) Whelen 500 series TIR6 red Super LEDs (2) in grill area and (2) at rear of vehicle. A Code 3 3692 siren will be mounted in the cab switch console. A 100w siren speaker will be mounted behind the grill of the chassis. All of the light bar, warning light switches and siren head will be mounted in an aluminum switch console mounted in between the front cab seats. A Code 3 Ultra-Lite series green command strobe will be mounted on the roof. The green command strobe will be controlled from the switch console in the cab. One (1) 2 way radio antenna shall be mounted on the vehicle roof and terminated per customer direction. A 12v master switch will be installed and will control all of the AFE installed 12v accessories. Command Cabinet A mid profile aluminum command cabinet will be installed in the rear cargo area. The cabinet will be approx. 24h x 46w x 39 d. The command cabinet will include roll out storage drawers and a low mounted slide out command desk. The cabinet shall be finished with a gray spatter finish Zolatone. A radio blank plate shall be provided for future installation of 2 way radio communications and additional 12v accessories. A 3 outlet 12v auxiliary plug shall be mounted at the rear of cabinet. Lettering and Striping The finished command vehicle shall be lettered as follows. The department lettering layout shall be applied in gold leaf vinyl with black drop shading to each front door. A unit # shall be applied on each side of apparatus. 4 to 6white reflective scotchlite stripe will be applied to the full length of the vehicle. A white scotchlite unit # shall be applied to the rear tailgate. Chassis specifications 4 x4 XLT SSV 131 Wheelbase Front Bucket Seats Luggage Rack Aux. Heater/AC Rear V8 Engine 6spd Auto Transmission w/OD P265/70R17 Tires Trailer Tow Package Engine Heater Bid MUST be good for 30 days after submission. FOB Destination CONUS (Continental U.S.)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1132e0fb1e223a79e673902ff3d75808&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Wyoming 5500 Bishop Boulevard, Cheyenne WY<br />
Zip Code: 82009-3320<br />
 
Record
SN01647718-W 20080823/080821223302-1132e0fb1e223a79e673902ff3d75808 (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.