Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2008 FBO #2476
SOLICITATION NOTICE

N -- Vehicle Emergency Equipment Installation

Notice Date
9/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336322 — Other Motor Vehicle Electrical and Electronic Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3648199A003
 
Archive Date
9/24/2008
 
Point of Contact
Lauren N Weitzel,, Phone: 301-981-3391, Shayla Canty ,, Phone: 301-981-2357
 
E-Mail Address
lauren.weitzel@andrews.af.mil, shayla.canty@us.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Chevy Impala Installations Body of Synopsis/Solicitation to be entered. 1. CHEVY IMPALA INSTALLATIONS TO BE DROPPED OFF AND PICKED UP TO AND FROM THE CONTRACTOR. Request for Quotation (RFQ) F1D3648199A003 DUE 9 Sept 2008, 4:00 pm Eastern Standard Time (EST). Point of Contact: A1C Lauren Weitzel, 301-981-3391, Contracting Specialist; Lt. Shayla Canty, 301-981-2357, Contracting Officer. 2. This RFQ has been set aside 100% to small business; all responsible sources may submit a quote (see Numbered Note 1). 3. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. 4. This announcement constitutes the only RFQ; quotes are being requested and a written solicitation will not be issued. 5. This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and Defense Acquisition Circular 20080212. 6. The North American Industry Classification System (NAICS) code is 336322 and the business size standard is 750 employees. 7. FAR 52.216-1 applies. The Government contemplates award of a firm fixed price service contract from this solicitation. 8. Contract Line Item Numbers (CLIN): CLIN 0001: Quantity/Units-5 Each, Item description: Removal of emergency equipment on Chevy Impalas CLIN 0002 Quantity/Units-5 Each, Item description: Purchase and install console for Chevy Impalas. CLIN 0003 Quantity/Units-5 Each, Item description: Install radios. CLIN 0004 Quantity/Units-5 Each, Item description: Purchase and install 5000 series M-4 Mounts. CLIN 0005 Quantity/Units-2 Each, Item description: Purchase and install prisoner full cage. CLIN 0006 Quantity/Units-2 Each, Item description: Purchase and install K-9 ready cage. CLIN 0007 Quantity/Units-5 Each, Item description: Purchase and Install push bumpers. CLIN 0008 Quantity/Units-5 Each, Item description: Install decals/markings. CLIN 0009 Quantity/Units-5 Each, Item description: Install on 2008 Jeep Laredo – Hideaway lights in headlights, taillights, and third light red and blue, siren with remore handheld 100 watt speaker and bracket. 9. In the event unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and purhase award purposes. 10. Period of Performance: CLIN 0001 – CLIN 0009: 11 Sept. 2008 – 10 Oct 2008 11. Provisions with addendum. (A) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items applies. Addendum to Paragraph (b)(10) – Delete entire paragraph. Substitute “Past Performance will not be evaluated.” Paragraph (d), Product Sample –delete entire paragraph. Paragraph (e), Multiple offers – delete entire paragraph. Substitute “Offerors shall submit one offer satisfying the requirements of this solicitation. Paragraph (h), Multiple Offers – delete entire paragraph. Substitute “Single Award. The Government plans to award to a single purchase order resulting from this solicitation.” (B) The provision at FAR 52.212-2, Evaluation – Commercial Item applies. Addendum paragraph (a), The Government intends to make a single award to the responsible contractor whose quote who can fulfill the entire required delivery requirement, in full compliance to all other requirements set forth in the RFQ, who offers the lowest price and most reliable delivery service. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. (C) The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: FAR 52.219-6 Notice of Total Small business Set-Aside; FAR 52.222-3 Convict labor; FAR 52.222-19 Child Labor – Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.232-33 Payment by Electonic Funds Transfer_central Contractor Registration. (D) The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is 301-981-1910. (E) The provision at DFARS 252.212-7001 applies. Addendum to Paragraph (a). The following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments. 12. Quoters are required to complete and include a copy of the following provisions with their quotes (copies may be obtained from the POC stated herein): FAR 52.212-3, Offeror Representations and Certifications – Commercials Items; DFARS 252.212-7000, Offeror Representations and Certifications – Commercials Items; DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate. 13. In addition to the above, the following FAR clauses and provisions apply: FAR 52.212-4, Contract Terms and Conditions – Commercial Items. 14. The following DFARS clauses and provisions apply: 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting. All prospective offerors must have a current registration in the Central Contractor Registration (CCR) to be considered for award. The Internet address for CCR is www.ccr.gov. This notice does not obligate the Government to award a contract, it does not restrict the Government’s ultimate approach not does it obligate the Government to pay for quotation preparation cost. 15. Contact A1C Lauren Weitzel at 301-981-3391 or e-mail lauren.weitzel@afncr.af.mil to obtain a solicitation handout. Proposals must be received no later than 4:00pm EST, 29 August 2008. Proposals can be mailed to: 316 CONS/LGCBB, ATTN: A1C Lauren Weitzel, 1535 Command Drive, E-202, Andrews AFB, MD 20748. Facsimile proposals will be accepted at 201-981-1910. STATEMENT OF WORK for Vehicle Emergency Equipment Installations TABLE OF CONTENTS ChapterTitlePage 1 Description of Services / General Information 1.1Scope 1.2Services Description 3 3 2Services Summary 2.1 Performance Objectives 4 3Appendices 3.1 Equipment List 4 Chapter 1 DESCRIPTION OF SERVICES / GENERAL INFORMATION 1.1. Scope Uninstall emergency equipment on five 2005 Chevy Impala’s currently used as Police vehicles Purchase and install new equipment on five new 2008 Chevy Impala’s that we currently posses, so then the old vehicles can be turned into LRS. All equipment will be added to emergency response vehicles per AFI 31-204. 1.2. Services Description 1.2.1. Tasks 1.2.1.1. Uninstall equipment on current vehicles to return vehicle to its normal state. This is to include Whalen emergency lights, Whalen sirens, Motorola 5000 series land radios, push bumpers and transport cages. 1.2.1.2. Install the unintalled Whalen emergency lighting, Install the unstalled Whalen sirens, Install three (3) of the unistalled Motorola 5000 series land radios and two (2) new Government Furnished Motorola 5000 series land radios.. 1.2.1.3. Purchase and install two Pro Guard dual prisoner transport cages. 1.2.1.4. Purchase and install two Havis-Shields K-9 ready cages. 1.2.1.5. Purchase and install 5 center consoles, 5 push bumpers and 5 M-4’s trunk weapons rack mounts to hold two (2) M-4’s 1.2.2. Contractor Requirements Request that company give three year warranty on all work that was accomplished in installation of new Chevy Impala’s. Upon receiving all equipment company will have a max of ten working days to get all equipment installed into the vehicles. This will help alleviate the problem of having to take multiple vehicles away from the mission at one time. Chapter 2 SERVICES SUMMARY Performance Objectives Performance Objectives PWS Reference Performance Thresholds Uninstall all equipment on old Impala’s 1.2.1.1.Needs to be professionally done so vehicles are returned to original appearance Install all emergency equipment 1.2.1.2. To ensure that all vehicles are within AFI standards Appendix 3.1. EQUIPMENT LIST QuantityDescription 5 eachWhelen Light Bars 5 eachWhelen Siren Packages 5 eachLand Mobile Radios 2 eachPro Guard Dual Prisoner Transport Cages 2 eachHavis-Shields K-9 Ready Cages 5 eachCenter Consoles 5 eachPush Bumpers 5 eachPro Guard 5000 Series M-4 Weapon Mounts
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ea65bff625bcd89c2c768c1a4427498c&tab=core&_cview=1)
 
Place of Performance
Address: ANDREWS AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN01660241-W 20080906/080904222851-ea65bff625bcd89c2c768c1a4427498c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.