Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2010 FBO #3066
SOLICITATION NOTICE

N -- Staten Island, NY 10305- Emergency Vehicle Installation for the United States Park Police

Notice Date
4/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NER - GATE Gateway National Recreation Area 210 New York Ave. Staten Island NY 10305
 
ZIP Code
10305
 
Solicitation Number
Q3972100175
 
Response Due
4/26/2010
 
Archive Date
4/15/2011
 
Point of Contact
Lori A. Achkar Contract Specialist 7183544715 Lori_Achkar@nps.gov;
 
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
Total Small Business
 
Description
(i) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40. (iii) This solicitation is a total small business set-aside, NAICS 811118, Other automotive mechanical and electrical repair and maintenance, with a small business size standard of $7 million. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. (iv) The Government intends to issue a firm-fixed price purchase order to the responsible offeror whose total offer represents the best value for the Government. The National Park Service is seeking a qualified contractor with specialized experience with the installation of emergency equipment on government vehicles for the United States Park Police. The work includes removal of equipment from vehicles that is currently installed and installing it on the replacement vehicles provided by the government. The installation shall be in accordance to the specifications in the Statement of Work (included below). (v) LOCATION: The vehicles can not be transported more than 60 miles from Gateway National Recreaton Area, Fort Wadsworth, 210 New York Avenue, Staten Island, NY 10305. (vi) SCHEDULE of SUBMISSIONS: One (1) invoice must be submitted after successful delivery, installation, and acceptance. (ix) DOCUMENTS TO BE INCLUDED IN QUOTE: 1. Detailed specifications including all descriptive and technical literature to be used during this project 2. A firm fixed price quote using the Bid Schedule included below.3. Three (3) references of the proposed services within the past five years4. Name, phone number, and address of your point of contact. (x) The Government contemplates the award of a single purchase order on a "low-price-technically-acceptable" basis. A technically acceptable business will meet or exceed the following criteria: 3 to 5 years experience performing services. (xi) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (xii) FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.acquisition.gov/far. FAR 52.204-7 Central Contractor Registration, FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by number 6, 8, 18, 19, 21, 22, 24, 31, 38, and paragraph (c) clauses indicated by number 1, 2. (xiii) The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. In order to receive the award, vendor must be registered at http://www.ccr.gov. Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the right to cancel this solicitation. (xiv) Offers must be submitted via email to lori_achkar@nps.gov. The contact phone number is 718-354-4715. The due date and time is Monday April 26, 2010 at 10:00am ET. (xv) Applicable Wage Determination: WD 05-2375 (Rev.-8) SOWStatement of Work 1.Description of worka.The work of this contract consists of installing emergency equipment on government vehicles. All work required will be performed under this single contract. b.The contractor is required to provide all labor necessary for the removal of equipment from vehicles it is currently installed on and installing it on the replacement vehicles provided by the government. The contractor will provide incidental material such as screws, washers, electrical connectors, etc needed to properly install the equipment. 2.Specific requirementsa.Equipment removal from 17 vehicles. b.Equipment installation in accordance with the table below. If you have difficulty viewing the table below please email lori_achkar@nps.gov and a spreadsheet will be sent to you. Type of Vehicle# of VehiclesEquipment Needs Ford Expeditions3 Roof Mounted LIght Bar Siren/100 Watt Speaker Switch control unit for lights Headlight Flasher Radio wiht 1/4 antenna Crown Victoria 5 Roof Mounted Light Bar Siren/100 watt speaker Switch control unit for lights Headlight Flasher Radio with 1/4 antenna Ford Expedition 1 Siren/100 watt speaker Switch control unit for lights Headlight Flasher Radio with 1/4 amtenna Roof Mounted light Bar K9 Cage System Hot Dog system Window Tint Crown Victoria1 Siren/100 watt speaker Switch control unit for lights Headlight Flasher Radio with 1/4 amtenna Roof Mounted light Bar K9 Cage System Hot Dog system Window Tint Dodge Charger3 Radio with 1/4 antenna Headlight Flasher Siren/100 watt speaker Backflash Unit Red Ball Dash Light Hardwired Switch control unit for lights Ford Expediton1 Radio with 1/4 antenna Headlight Flasher Siren/100 watt speaker Backflash Unit Red Ball Dash Light Hardwired Switch control unit for lights Crown Victoria 1 Radio with 1/4 antenna Headlight Flasher Siren/100 watt speaker Backflash Unit Red Ball Dash Light Hardwired Switch control unit for lights Ford Fusion1 Radio with 1/4 antenna Headlight Flasher Siren/100 watt speaker Backflash Unit Red Ball Dash Light Hardwired Switch control unit for lights Ford Expedtion1 Roof Mounted Light Bar Siren/100 watt speaker Swich control unit for lights Headlight Flasher Radio with 1/4 antenna Two accessory power outlets 3. Location: The contractor will provide for the removal and installation of all equipment to be done in a manner that does not require the government to transport the vehicles greater than 60 miles from Ft. Wadsworth, Staten Island, NY. The contractors bid shall include its plan for meeting this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q3972100175/listing.html)
 
Place of Performance
Address: United States Park Police, 210 New York Avenue, Staten Island, NY 10305
Zip Code: 10305
 
Record
SN02123428-W 20100417/100415235457-5e21fa642a83ce9e76a27df3873aa67a (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.