Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SOLICITATION NOTICE

23 -- RECOVERY - Armored Vehicles

Notice Date
3/20/2009
 
Notice Type
Modification/Amendment
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
 
ZIP Code
20226
 
Solicitation Number
RQ940100000335
 
Archive Date
4/10/2009
 
Point of Contact
Rita W Jackson,, Phone: (202) 648-7533, LeStancia N. Spaght,, Phone: (202) 648-9130
 
E-Mail Address
rita.jackson@atf.gov, LeStancia.Spaght@atf.gov
 
Small Business Set-Aside
N/A
 
Description
RECOVERY: The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) has a requirement for armored vehicles. This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS in accordance with the format prescribed in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. Solicitation number RQ940100000335 is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. The applicable North American Industry Classification Standard Code is 336992. The small business size standard is 1,000 employees. ATF anticipates award of a firm fixed price purchase order. The requirement consists of the following: The Department of Justice, Bureau of Alcohol Tobacco, Firearms and Explosives (ATF) has a requirement for the procurement of seven (7) Sport Utility Vehicles (SUVs). The primary use of these vehicles will be for the transportation of personnel and supplies in support of law enforcement operations. The following make, model, and quantities for said armored vehicles is Seven (7) each Toyota Land Cruisers with four-wheel drive capability (4X4). The safety standards for armored vehicles is defined as ensuring that each armored vehicle meets Department of Transportation (DOT), Federal Motor Vehicle Safety (FMVS) and Original Equipment Manufacturer (OEM) standards. The vehicles must meet National Institute of Justice (NIJ) standard -0108.01 for Ballistic Resistant Protective Materials. The requested vehicles must have the capability of being maintained commercially and must be covered by the manufacturer’s standard commercial warranty, and include a driver training demonstration. These vehicles are to be “new,” which is defined as “having less than OR EQUAL TOO 500 miles” AND CERTIFICATION THAT THE VEHICLES WERE NOT INVOLVED IN ANY TYPE OF ACCIDENT OR DAMAGED DURING TRANSPORTING and untitled. Low mileage and/or demonstration models shall not be considered new. Delivery of any vehicle other than new vehicles shall be rejected and returned at no cost to the government. Manufacturer’s warrant that its armored products (“the product”) will be free of armoring defects in material and workmanship for a minimum of two years. Department of State Certification of workmanship, material and origin is required. If any product is found to be otherwise than as warranted, the vendor will supply a new product, or repair the product to an acceptable state which is found to be otherwise as warranted. Quotes/offers for anything other than new vehicles shall be rejected without further consideration by the Government. General Vehicle Specification 4X4 (Minimum) 4 Wheel Drive Air Conditioning Auxiliary Rear Air Conditioning Immobilizer and Security System Power Door Lock with Remote Control Entry/Starter Rear Differential Lock Control Wheel Carrier under with Lock Electric Winch Head Lamp Washer Am/Fm radio with CD/Cassette player Small Over Head Console Power Windows Side Steps Rear Step Bumper Dual Airbag Front and Rear Heater Dial Type Heater Control Panel Front Bench Seat Rear Window Defogger Fuel Heater Power Steering Seat Belts Power antilock brakes, front and rear General Conversion Modifications/Alterations TRUCK VAULTS The truck vaults for SUV Units are to be secured in the space behind second row seating. Unit mounting rails are to be permanently mounted to vehicle chassis, following manufacturer supplied instructions. Vault Installation shall take into consideration the removal ease of the spare tire under the rear floor space in these vehicles. Locks are to be Simplex Push Button Lock Upgrade on all truck vaults. TO OBTAIN A COPY OF THE SOLICITATION THE OFFEROR ACKNOWLEDGES THE REQUIREMENT THAT THE COMPANY MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRY (CCR) DATABASE. IN ADDITION, THE OFFEROR MUST COMPLY WITH ALL REQUIREMENTS OUTLINED IN FAR 52.204-7, CENTRAL CONTRACTOR REGISTRATION. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference: 52.252-2, Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/. FAR 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008). FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) The Government will evaluate quotes in response to this solicitation and make award(s) to the offeror(s) whose offer conforms to this request and will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offerors: Vehicle Specifications, Delivery, Price, and Past Performance. Vehicle specifications and delivery, when combined are more important than price. The Government reserves the right to make award to multiple offerors (if necessary) to obtain a total of seven (7) vehicles. 52.212-3, Offeror Representations and Certification - Commercial Items (JUN 2008) Offerors are to include a completed copy of the provision at FAR with their offer. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (OCT 2008) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (FEB 2009) Appropriate to this clause: 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The Contractor must comply with the American Recovery and Reinvestment Act, Reporting Requirements. Closing date and time for receipt of quotations is MARCH 26, 2009, 2:00 p.m. EST. All responsible sources may submit a quote, which shall be considered by the agency. The anticipated award date is on or about March 27, 2009. Contact Rita Jackson at (202) 648-7533 or Rita.Jackson@atf.gov for questions regarding this solicitation. Quotes will be accepted via email at the above address, facsimile at (202) 648-9659, ATTN: Rita Jackson.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=402b9a01cdfe90afbbc217ee61d4e27b&tab=core&_cview=1)
 
Place of Performance
Address: TBD, United States
 
Record
SN01774517-W 20090322/090320221057-402b9a01cdfe90afbbc217ee61d4e27b (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.