Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

N -- Purchase and Installation of Police Equipment on Law Enforcement Vehicles

Notice Date
2/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336322 — Other Motor Vehicle Electrical and Electronic Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
9TC201
 
Archive Date
3/17/2009
 
Point of Contact
Elizabeth G. Arzola,, Phone: 210-671-1751, Candy M. Martin,, Phone: 210-671-1750
 
E-Mail Address
elizabeth.arzola@lackland.af.mil, candy.martin@lackland.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate Request for Proposal (RFP) will not be issued. The solicitation number is 9TC201 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-30 and DFARS change notice 20090115. This purchase is restricted to 100% Small Business concern. The NAICS code is 336322 and the size standard is 750 employees. This is a brand name or equal requirement for purchase and installation of police equipment on law enforcement vehicles. Please state discount terms and warranty information. The contractor shall provide the following items: ITEM 0001: QTY: 12 EA, Installation of Police Equipment on Law Enforcement vehicles (emergency lights, prisoner barrier, radio, gun rack, console, siren box, and speakers). Make/Model: Chevy Impala, Year: One - 2006, Five - 2005's, Two - 2004's, Three - 2003's and One - 2002. ITEM 0002: QTY: 8 EA, PRO-GUARD prisoner barrier center slider with mesh cage for 04-05 Impala ITEM 0003: QTY: 9 EA, Code 3 MasterCom B Series 3892L6, Product ID: 3892L6. DESCRIPTION: The Industry Standard. Individual Product Specs: Full feature 200w Siren w/Hard-wired Microphone, plus Electronic Air Horn, Siren Lock General Specs (all Models); Dimensions:6.75"L x 2.75"H x 7"W (171.45 mm x 69.85 mm x 177.8 mm); Instant-On ∙Park Kill -For both lighting & siren; Adjustable Backlighting; Brake and Back-Up Light Cut-Off; Automatic Short Circuit Protection; Selectable Hit-N-Go or Horn Ring Scroll Modes; Siren Lock; Mount Bail Model 3892L6; Same as 3942, plus: 6 Standard Push On/Off Button, 3-Level Slide Switch; Premium Options: InterClear, LightAlert, Mic Jack, 15 second timed out-put switch, Plug-In Microphone (used with Mic Jack or Common Mic option) ITEM 0004: QTY: 9 EA, Whelen SA315P speaker, black composite. DESCRIPTION: Two year standard Whelen warranty. U. S. Patent Pending. Dimensions: 6-1/2" (135mm) H x 6-1/2" (135mm) W x 2-9/10" (74.6mm) D. Weight: 4 lbs. 11 oz. (2.12kg) FEATURES: All weather nylon composite black housing with front loaded, powder coated speaker driver. Only 2.9" in depth. Exceeds California Title XIII, Class A and S.A.E. J1849 requirements with most 100 watt sirens. (120-123dB @10') Optimum performance assured when used with all Whelen high-power electronic sirens. Easily installs to the radiator cross member in just a few minutes (without dismantling the front grill of the vehicle). Truer tone quality and wider/higher frequency response than speakers of comparable size. Universal mounting bracket, plus vehicle specific brackets available. ITEM 0005: QTY: 9 EA, Whelen SA315P speaker bracket for Impala ITEM 0006: QTY: 12 EA, Whelen headlight flasher module for Impala ITEM 0007: QTY: 12 EA, Whelen Competitor Series Hide-A-Way Strobe Kit - S690CCCC, 4 strobes including power supply. DESCRIPTION: This hide away kit includes a 6 outlet, 90 watt CSP690 strobe power supply with selectable flash patterns. 4 HA238 CLEAR hide-a-way strobe tubes and 4 15-foot strobe cables with connectors. CometFlash® strobe lighting. The power supply has 10 flash patterns. CometFlash, Triple, Double, Rapid, Action, Moduflash, Microburst I, Microburst II, Microburst III & LongBurst. FEATURES: Encapsulated for moisture and vibration resistance; Mounts into a 1" hole on the rear of any composite style headlight, cornering light or taillight assembly; Available in all six safety colors, to provide proper emergency color identification; Field replaceable assembly is warranted for one year; Each assembly includes 15' shielded cable with AMP Mate-N-Lok® connectors. Optional lengths available; Field proven microprocessor based design; Power supplies are stable on power-up and immune from false triggering; Auto-ranging input current and output power regulation; Eliminates strobe lighthead flash intensity variations, regardless of strobe tube design (linear/helix) and/or the number of lightheads in operation; Output short circuit protection; Monitoring circuitry automatically turns power supply off due to output loading conditions, preventing damage; ScanLock TM pattern control lets you scan though 10 flash patterns and lock in the one you want; Conformal coated to resist moisture and vibration; Input reverse polarity protection; Output short circuit protection; Easy to install and use. There are no internal jumpers or settings to configure before using; 2 year warranty. Power supplies may be returned for service directly to the factory without prior approval saving down-time, extra cost and handling; Twenty four hour factory turnaround on repairs. SPECIFICATIONS: Strobe Tube Height: HA238C: 1-3/4" (44mm) Height (flange mount). POWER SUPPLY SPECIFICATIONS: Input Voltage: 12 volts; Flash Rate Per Outlet: 75 FPM; Flash Rate Per Alternate Pair: 150 FPM; Impulse Rate Per Outlet: 300 FPM; Impulse Rate Per Alternate Pair: 600 FPM; AMECA Certified to SAE and CAXIII; Input Current: 9.4 amps; InputPower: 120 watts; Total Output Energy: 36 joules; Dimensions: 2.5" H x 5.85" W x 6.70" D; Weight: 2 lbs. ITEM 0008: QTY: 12 EA, Jotto Desk Console 15" Standard Series. DESCRIPTION: The Jotto Desk 15" Standard Console features a sloped design allowing it to be mounted from the dash to between the seats. The Jotto Desk Standard Console improves access to controls, creates the best position for glance over viewing, places communications equipment in the Smart Work Zone, and optimizes vehicle space. Console includes 15" of faceplates. Must specify communications equipment to be mounted when ordering. ITEM 0009: QTY: 12 EA, VHF antenna and co-ax cable. ITEM 0010: QTY: 2 EA, Rollbar mounted gun rack for AR-15/M-4 with optics, reverse mount. NOTE: IF QUOTING EQUAL ITEMS PLEASE INCLUDE EXTENDED DESCRIPTIONS AND AVAILABLE PICTURES OF ITEMS. Ship To: 37 SFS/SFO, ATTN: SSgt James D. Murray, 2269 McChord Ave, Bldg 1353 954, Ste 2, Lackland AFB, TX 78236-5133. The quote should include descriptive literature and must be effective through 24 Mar 09. FAR 52.212-2 Evaluation of Commercial Items (Jan 1999) applies; quotes will be evaluated based on most advantageous to the Government, price, and other factors considered. The following factors are stated in relative importance and shall be used to evaluate quotes: 1. Lowest price technically acceptable, 2. Delivery Date for equipment and installation. To be eligible to receive an award resulting from this RFQ, contractors must have current registration in the DoD Central Contractor Registration (CCR) at http://www.ccr.gov and Online Representations and Certifications Application (ORCA) database at http://orca.bpn.gov. If 52.212-3, Offeror Representations and Certifications--Commercial Items have been completed online at http://orca.bpn.gov, provide DUNS code. FOB Destination is required. Please include Payment Terms, Availability, and Delivery Time to LACKLAND AFB, TX. The following clauses and provisions are applicable to this RFQ: FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum to FAR 52.212-4, Changes to Terms and Conditions, FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.219-6 Notice of Small Business Set Aside, FAR 52-232-33, Payment By Electronic Funds Transfer-Central Contractor Registration, and DFARS 252-204-7004, Alt A, Required Central Contractor Registrations, DFARS 252-212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-41 Service Contract Act of 1965, as amended, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.252-6 Authorized Deviation in Clauses, FAR 252.204-7004 Required CCR Registration, DFARS 252.232-7003 Electronic Submission of Payment Request. The full text of these clauses may be accessed electronically at http://farsite.hill.af.mil. Responses to this RFQ must be submitted via fax 210-671-1199 or email to elizabeth.arzola@lackland.af.mil not later than 2 Mar 09, by 1200 hours (CST) local to the 37th Contracting Squadron, 1655 Selfridge Ave, Lackland AFB, TX 78236-5286. Submit written offers (oral offers will not be accepted). The point of contact for this RFQ is Elizabeth Arzola at 210-671-1751 or elizabeth.arzola@lackland.af.mil. The Contracting Officer is Candy Martin at 210-671-1750.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2e65bbcb20a6fbf2a81890551ad12c92&tab=core&_cview=1)
 
Place of Performance
Address: 37 SFS, 2269 McChord Ave, Bldg 1353, Ste 2, Lackland AFB, TX 78236, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN01755727-W 20090226/090224220555-2e65bbcb20a6fbf2a81890551ad12c92 (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.