Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

84 -- Emergency Vehicle Equipment

Notice Date
9/8/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Lewis, Bldg 2015 Box 339500, Fort Lewis, WA 98433
 
ZIP Code
98433
 
Solicitation Number
W68EV6-08-Q-10100
 
Response Due
9/12/2008
 
Archive Date
3/11/2009
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number W68EV6-08-Q-10100. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 88164. GSA Schedule Bids Preferred, But Not Required: Sellers may either provide a GSA Schedule or an Open Market bid. If bidding with a GSA Schedule, the requested items must be on that Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-09-12 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Yakima, WA, WA 98901 The USA ACA Fort Lewis requires the following items, Exact Match Only, to the following: LI 001, Federal Signal Smart Siren: MartSiren, 58/100/200W, programmable, full featured light and siren controller. Part # SS2000SS-D, 12, EA; LI 002, Federal Signal Microphone; Thouchmaster/Omega/80K, Noise cancelling, Part # MNCT-SB, 12, EA; LI 003, Federal Signal microphone extension kit; Kit, microphone extension, with volume control, SmartSiren/Vision Part# RMK-V, 12, EA; LI 004, Park Siren deactivator module, all siren models, Part# UPKM-3, 12, EA; LI 005, Federal Signal Univeral Corner LED Sytem; Universal Corner LED Sys, 4 head, with amp controller Part# CLED4A-BBRR, 24, EA; LI 006, Federal Signal LED, 3600 Series: LED, 3600 Series, Clear lens, wide pres, w/flasher, Red LED Part# 360511-04, 12, EA; LI 007, Federal Signal LED, 3600 series: LED, 3600 Series, Clear lens, wide pres, w/flasher, Blue LED Part# 360511-03, 12, EA; LI 008, Federal Signal surface mount kit: Kit, surface mount, bezel (pair). Part# 330501, 12, EA; LI 009, Federal Signal IMPAXX LED, red: IMPAXX, (3) Prime LED, clear lens, off axis lens, Red LED Part# IPX300-04, 44, EA; LI 010, Federal Signal IMPAXX LED, blue: IMPAXX, (3) Prime LED, Clear lens, off axis lens, Blue LED Part# IPX300-03, 44, EA; LI 011, Federal Signal Side Window Bracket IMPAXX; Part#IPX-SW1, 44, EA; LI 012, Federal Signal Headlight Flasher; Flasher, HL, FA45, univ, hi-side sw, (2) 20a lds. Multi-pat; Part# 626102, 12, EA; LI 013, Federal Signal Siren Speaker, MS100; speaker, DynaMax/MS100, 100W, hi-op, comp. Class A; Part# MS100, 12, EA; LI 014, Federal Signal Siren Speaker Mounting Kit; Kit, Bracket, DynaMax/MS100, Chevy Tahoe, '03-'04; Part# 8567079-12, 12, EA; LI 015, Federal Signal Impaxx Grill mounting kit; Impaxx, Grill light mounting kit Part# IPXPB45H, 14, EA; LI 016, Federal Signal IMPAXX LED, white; Impaxx, (3) Prime LED, clear lens, off axis lens, White LED; Part# IPX310-05, 44, EA; LI 017, Federal Signal Lightbar, Raydian S2; Light Bar, 52", Raydian S2, Clear domes, (14) Red LED, (14) Blue LED, (2) LED TD, (2) LED AL, with Black Hot Foot Mnt (2) LED TD, (2) LED AL, app per SAO configuration #00476 dated 08/04/08, 8, EA; LI 018, Federal Signal Signal Master controller; Signal Master controller, Six or Eight Lamp, 12 or 24 volt, Part# 330104, 12, EA; LI 019, Federal Signal Cuda Directional Warning light; Directional warning light, Cuda LED SignalMaster, low profile, 33" (54)LED, red/amber/blue Part# 328002F, 12, EA; For this solicitation, USA ACA Fort Lewis intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Lewis is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Contact ClientServices @ FedBid.com or call 1-877-9FEDBID to address any questions. Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected as non-responsive. Quote MUST be good for 30 days after Reverse Auction closing date. New equipment/parts only. No remanufactured products. The contract price includes all applicable Federal, state, and local taxes and duties. FOB Destination CONUS (Continental U.S.) The contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of a warranty. Markings shall include (i) a brief statement that a warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) who to notify if the supplies are found to be defective. a. The Contracting Officer (KO) at Fort Lewis is the only person authorized to approve changes or modify any of the requirements under this contract, and notwithstanding anything contained elsewhere in this contract, the said authority remains solely with the KO. In the event the Contractor or contract employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the contract price under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. CI DIVISION INSTRUCTION 10 - RELOCATION, TRAVEL AND PER DIEM COSTS The cost of relocation of contractor employees and any other administrative travel (reference FAR 31.205-46) incurred in the performance of this contract shall be limited to the rates specified in the (1) Federal Travel Regulations, (2) DoD Joint Travel Regulations or (3) the State Department Standardized Regulations. All travel and per diem requirements in connection with work to be performed under this contract, and billed as a direct cost, shall be approved by the Contracting Officer, in writing, prior to the use of such travel and per diem. The Contractor shall submit requests for approval of travel and per diem at least ten (10) calendar days in advance of anticipated travel date. THE FOLLOWING INFORMATION IS PROVIDED TO ASSIST YOU, AND WILL HELP TO EXPEDITE PAPERWORK AND PAYMENT. a. Only one delivery will be accepted against each line item. Backorders will NOT be accepted on individual line items. b. Deliver on or before date specified. Deliveries will be accepted Monday through Friday (except Holidays) from 7:30 A.M. to 2:30 P.M. to Block 15 of the Purchase Order. Notify the individual in Block 16 of any delay encountered (due to strikes, factory backorders, etc.) and give revised delivery date if possible. c. Mark outside of all cartons. Put packing list inside cartons. Show the order number assigned, the PR number shown at the end of each item, and the quantity shipped. All items will be identified by the part number by attached tag and/or stamped identification. d. On direct shipments, have the supplier or manufacturer cite our order number on packages. This eliminates delay caused by trying to determine the firm awarded the original order. Proposed responders must submit any questions concerning this quote at least 5 days prior to the established closing date to reasonable to expect a response from the Government. Those questions not received within the proscribed date will not be considered. Offers will be evaluated based on price and technical acceptablibity. Quoters certifies that the product quoted meets or exceeds all minimum requirements as stated in the quote. Quotes must be submitted per unit price and total price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this quote will be rejected as non-responsive. Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this contract. The contractor shall not hire any individual to perform work on Fort Lewis or any other Government installation under this contract unless such individual is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. The contractor shall comply with 8 USC 1324a, 8 CFR Part 274a, and any other laws and regulations pertaining to the employment of aliens. The contractor shall, upon request by the Contracting Officer, present documentary evidence acceptable to the Contracting Officer that the employee(s) named or identified in the request is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. Such documentation shall be presented to the Contracting Officer within three (3) working days after the contractor's receipt of the request for documentation. If acceptable documentary evidence is not provided within the required time, the contractor shall not allow the affected employee(s) to perform work on Fort Lewis or any other Government installation under this contract until after such acceptable documentary evidence is presented to the Contracting Officer. Removal of any employee(s) from performance of work pursuant to this provision shall not relieve the contractor of the responsibility to perform all work under this contract in a timely manner. CI DIVISION INSTRUCTION 26 - INFORMATION MANAGEMENT OFFICER (IMO) The Contractor will appoint an IMO to be the liaison between the Contractor and Government communication personnel. All requirements to the Directorate of Information Management (DOIM) will be coordinated through the IMO. 0 CI DIVISION INSTRUCTION 34 SIMPLIFIED ACQUISION PROCEDURES This is a Request for Bids under Federal Acquisition Regulation 13, Simplified Acqusition Procedures. The following clauses apply: ClauseCriteria FAR 52.213-1Fast Pay is incorporated by reference and applies toFast Paypurchase orders under $30,000.FAR 52.213-2Is incorporated by reference and applies to Invoicespurchase orders authorized for Advance Payment. FAR 52.213-3Is incorporated by reference and applies to all firm fixedNotice to Supplierprice purchase orders.FAR 52.213-4Is incorporated by reference and applies to Terms and Conditions-purchase orders under $100,000.Simplified Acquisitions,Non-Commercial itemsFAR 52.252-2This award incorporates one or more clauses by reference, with the Clauses Incorporated same force and effect as if they were given in full text. Upon By Referencerequest the Contracting Officer will make their full text avaialable. Also the the full text of a clause may be accessed electronivcally at this address http://farsite.hill.af.mil/vffara.htm Wherever the words "offer", "proposal", "offerors", or similar terms are used in this solicitation, they shall be read to mean "quote", "quotation", "quoter", vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b58b0015e6b3509dd5a504b07be519d8&tab=core&_cview=1)
 
Place of Performance
Address: Yakima, WA , WA 98901<br />
Zip Code: 98901-9399<br />
 
Record
SN01663266-W 20080910/080908221646-b58b0015e6b3509dd5a504b07be519d8 (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.