Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
SOLICITATION NOTICE

R -- Professional Law Enforcement Services for the Bureau of Indian Affairs Law Enforcement

Notice Date
4/8/2010
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Indian Affairs (BIA), Albuquerque Acquisitions Office, 1001 Indian School Road NW; ALBUQUERQUE, NM 87104
 
ZIP Code
87104
 
Solicitation Number
RABQ2100035
 
Response Due
5/14/2010
 
Archive Date
5/17/2010
 
Point of Contact
STELLA BELLANGER (505) 563-3130
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, RABQ2100035, is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2005-23. The North American Industry classification (NAICS) code is 922140 and the business size maximum is $6.5 Million. The proposed contract is full and open. "VENDORS MAY FAX THE REQUEST FOR QUOTE TO 505-563-3030" ATTN: STELLA BELLANGER. The due date for the Request for Quote's is May 14, 2010 at 3:00PM, local time. You may mail your original quote to BIA, 1001 Indian School Road, NW, Albuquerque, New Mexico, Attn: Stella Bellanger.This office is requesting quotes on the following items: 0001 21" x 17" x 18" Small Safes The Quantity is 61 and the Unit is Each Price$________0002 38" x 25" x 25" Medium Safes. The Quantity is 68 and the Unit is Each Price$________0003 59" x 30"x 21" Gun Safes. The Quantity is 71 and the Unit is Each Price$________A firm fixed price type contract shall be awarded for the Safes to be manufactured in accordance with the specifications and dimensions as stated in the Statement of Work (SOW). The period of performance (POP) is from June 1, 2010 through December 31, 2010. The SOW is as follows: Statement of Work. Background: The Bureau of Indian Affairs, Office of Justice Services, Operations Division through an internal evaluation conducted by the Professional Standards Division; identified deficiencies in proper evidence storage: Currently, our law enforcement agencies are storing items that hold a potential for high liability to our agency in standard evidence lockers. The items need a more secure storage system for: large sums of money, drugs-including controlled substances and narcotics, valuable items such as diamonds, gold, platinum jewelry, weapons that include handguns, and long guns. The identified items pose a greater security risk of theft; therefore a higher standard of storage is necessary. The standard is that these items be stored separately in fire rated combination safes. The current storage of items has been identified as insufficient by the Professional Standards Division internal controls. Scope of Work: The vendor will manufacture and deliver programmable rotary dial combination, fire rated safes in the three sizes designated in the specifications and dimensions to meet the needs of our agency. The vendor will deliver the units to specific agency locations throughout the United States. The locations will include, but not limited to: BIA Agency / Zip codeSmall Safe Medium Safe Gun Safe need:Billings District Office 59107111Crow Agency MT 59022011Wind River Agency 82514333Northern Cheyenne Agency MT 59043011Blackfeet Agency 59417111Columbia River Agency 98648011Olympic Peninsula Agency WA 98520011Hoh River Agency WA 98331111Crow Creek Agency SD 57339022Fort Totten Agency ND 58335011Lower Brule SD 57548002Sisseton CIU Agency SD 57262201Turtle Mountain Agency ND 58316012Winnebago Agency NB 68039400Yankton Agency SD 57380110Michigan CIU Agency MI 49783101Nett Lake Agency MN 55772001Standing Rock Agency ND 58538000Muskogee Agency OK 74402031Anadarko Agency OK 73005021Pawnee Agency OK 74601022Concho Agency 73036012Miami Agency OK 74355013Fort Apache CIU AZ 85941444San Carlos CIU AZ 85550444Colorado River CIU AZ 85344222Uintah and Ouray Agency UT 84026686Hopi Agency AZ 86034684Truxton Canyon Agency, AZ 86434422Western Nevada Agency NV 89701443Eastern Nevada, NV 89832444Southern Paiute Agency AZ 84770243Mescalero Agency NM 88340011Laguna CIU Agency, NM 87026000Northern Pueblos Agency NM 87533204Southern Pueblos Agency NM 87113012Ute Mountain Agency, Co 81334602Central Office-West, Albuquerque, NM 87104121District VI Office, Nashville, TN 37214200Objectives: The proper storage of evidence is a critical element that could determine the outcome of major federal cases. In addition, the need for a higher standard of security for the items identified as money, drugs, valuables and guns, exist. The purchase of the proper safes will assure our programs the ability to maintain the security and integrity of evidentiary items for major case presentation during court trials, as well as facilitating the return of valuable personal items to the rightful owners at the conclusion of the judicial process. The agency must provide the proper tools to insure the safety of our Officers and Special Agents in the performance of their duties. Requirements: The vendor must produce and deliver a small and medium size safe UL fire resistant rated at 1850 degrees Fahrenheit for a minimal 2.0 hours. The demensions of the safes are required to be approximately 21" x 17" x 18" exterior measurements for the small model. The medium model dimensions are to be approximately 38" x 25" x 25" with two interior shelves. Both models must have programmable rotary dial combination.Requirements:The vendor must produce and deliver a gun safe with fire protection rated for at least 1275 degrees Fahrenheit for a period of 90 minutes or more. The safe interior must be able to maintain an interior temperature of less than 350 degrees Fahrenheit for 90 minutes. The dimensions are to be approximately 59 x 30 x 21. The safe must have programmable rotary dial combination.Delivery: The vendor must deliver the manufactured evidence Safes to all locations within 90 days of the receipt of the full order. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. The Offeror shall provide an houly rate for the base and four one year option periods to provide this service and respond to the Evaluation Factors delineated at the end of this synopsis. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given if full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations of Certifications apply to this acquisition. Offerors must include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the offeror does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Provision FAR 52.252-1 Solicitation Provisions Incorporated by reference.. Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions - Commercial Items (SPR 1998). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); FAR 52.219-4, FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-16, Sanctioned European Union Country Services (FEB 2000); FAR 52.232-36 Payment by Third Party, FAR 52.239-1 Privacy or Security Safeguards, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.242-15 Stop Work Order, FAR 52,242-17 Government Delay of Work, Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program, DIAR 1452.204-70 Release of Claims; Travel Costs Clause; FAR 52.217-8, Option to Extend Services (para 1, 15 days); FAR 52.212-2, Evaluation. The Evaluation Factors are in descending order of importance. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. The Evaluation Factors are: 1) Technical Capability 1a: Technical Approach: Describe your technical approach to accomplish each of the objectives and/or tasks delineated in the Scope of Work. 1b. Past Experience: List contracts that are of comparable size, complexity and similar; and, provide references demonstrating previous experience for this service. 2) Price 3) Past Performance: Provide recent & relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers and other relevant information. Award will be based on the Best Value to the Government, overall acceptable quote, as submitted by a responsible offeror & ability to provide the above requirements. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company; electronic submissions via fax are acceptable. The due date for receipt of quotes is Friday, May 14, 2010; 3:00PM Local Time. You may mail your quote to BIA, 1001 Indian School Road NW, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3030.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RABQ2100035/listing.html)
 
Place of Performance
Address: Different Indian Reservations throughout the United States
Zip Code: 871042302
 
Record
SN02116696-W 20100410/100408235258-c880eead70d7b3b5327fea49ec09bf8d (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.