Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
AWARD

25 -- 44 Passanger bus converted to Ambulance

Notice Date
5/25/2010
 
Notice Type
Award Notice
 
NAICS
423120 — Motor Vehicle Supplies and New Parts Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
GUEDES10TC0757
 
Archive Date
6/8/2010
 
Point of Contact
Derek B Guedes, Phone: 2106712854, Susan R. Arnold, Phone: (210) 671-0929
 
E-Mail Address
derek.guedes@us.af.mil, susan.arnold@us.af.mil
(derek.guedes@us.af.mil, susan.arnold@us.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA3047-10-P-0517
 
Award Date
5/25/2010
 
Awardee
Industrial Communications
 
Award Amount
$13,791.00
 
Description
NOT REQUIRED FAR 5.202a2 NOTICE OF INTENT TO AWARD 2010-TC0757 The 802d Contracting Squadron intends to issue a sole source firm fixed priced purchase order to INDUSTRIAL COMMUNICATIONS (DUNS 027034487) 1019 E EUCLID AVE, SAN ANTONIO, TX 78212-4505, for the purchase of AMBULANCE BUS CUSTOMIZATION. They are the only vendor that can provide this specific requirement. ACTIVITY: INSTALLATION KIT OF A 2 WAY RADIO (QTY:1EACH ) AMERICAN RED CROSS/CROSSES RED REFLECTIVE VINYL AND AMBULANCE TEXT (QTY:7 EACH) P.A. 300 SIREN (QTY:1EACH ) SIREN SPEAKER (QTY:1EACH ) JUSTICE LIGHT BARS (QTY:2EACH ) 4 BOTTLE OXYGEN RACK (QTY:1EACH ) 5 SLOT SWITCH BOX (QTY:1EACH ) INSTALLATION/LABOR (QTY:1EACH ) Statement of Work Request for Vehicle Modification 1. Description of Requirement: The contractor will modify AMBUS in the following ways. 2. The contractor shall a. Install 2 Emergency Light Bars one on the top of the front of the vehicle and one at the back of the vehicle according to T.O. 36-1-91. b. Install one siren that will be tucked into the front of the vehicle out of sight. c. Install 6 sets of Patient Litter hangers so that the vehicle will be able to hang litters with patients. d. Remove the 3 sets of seats located at the back of the ambus to accommodate the litter hangers and allow for equipment storage at back of ambus. e. Configure seats at front of ambus in order to allow for litter hangers to be installed properly. f. Install 4 oxygen tank holders on the floor at the back of ambus underneath the small seat as not interfere with storage of equipment. g. Install Radio at front of ambus on right or left hand side of driver in order to allow for ease of communication while driving. h. Place the marking "AMULANCE", 3-inch high direct prespaced, silver reflective letters will be centered in the routing view box above the windshield. i. Place a premasked reflectorized decal with a 36-inch red cross on a 48- inch square white field will be applied on each side of the vehicle below the windows in a central location. Decals that cannot be applied as described above due to body style; uneven or ribbed surfaces, etc., may be applied to an appropriate sized aluminum plate and affixed to the vehicle with aluminum or stainless steel bolts. j. Place a premasked reflectorized decal with an 18-inch red cross on a 22-inch square white field will be applied on the rear of the bus in a central location. 3. The government shall a. Only receive the requested services. The statutory authority permitting other-than-full-and-open competition is 41 U.S.C., 253(c) (1): FAR 6.302-1. Only one responsible source and no other services will satisfy agency requirements. Interested persons may identify their interest and capability to respond to the requirement. This notice is not a request for competitive proposals. A determination by the Government not to compete this proposed contract will be based on responses to this notice and is solely within the discretion of the Government. Information received will be considered solely for informational purposes. This procurement is not set-aside for small business and the intent of this procurement is to award based on Sole Source requirement. The proposed contract action is for commercial items which the Government intends to solicit and negotiate with only one source under authority of FAR subpart 27.4. The anticipated award date is 25 MAY 10. The statutory authority permitting other-than-full-and-open competition is 41 U.S.C., 253(c) (1): FAR 6.302-1. Only one responsible source and no other services will satisfy agency requirements. Interested persons may identify their interest and capability to respond to the requirement. This notice is not a request for competitive proposals. A determination by the Government not to compete this proposed contract will be based on responses to this notice and is solely within the discretion of the Government. Information received will be considered solely for informational purposes. This procurement is not set-aside for small business and the intent of this procurement is to award based on Sole Source requirement. The proposed contract action is for commercial items which the Government intends to solicit and negotiate with only one source under authority of FAR subpart 27.4. The anticipated award date is 9 Sep 09. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41 and DFARS Change Notice 20100519, Standard Industrial Code 5013, North American Industry Classification System Code 423120 and Size Standard of 500 apply to this procurement. The following FAR clauses and provisions apply to this requirement: 52-211-17 Delivery of Excess Quantities, 52.212-4 Contract Terms and Conditions, 52.212-5 (DEV) Full text Contract terms and Conditions required to Implement Statues or Executive Orders - commercial items, 52.247-34 - FOB Destination, 52.252-2 Clause Incorporated by Reference...http://farsite.af.mil or www.arnet.gov, 52.252-6 Authorized Deviation in Clauses, 252.204-7004 Alternate A Required CCR Registration, 252.212-7001(c) Contract Terms and Conditions, 252.232-7003 Electronic Submission of Payment Request. The Government intends to evaluate and award without discussions. on this procurement. The intent of this procurement is to award based on sole source requirement. Quotes are not being requested and written solicitation will not be used.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/Awards/FA3047-10-P-0517.html)
 
Record
SN02159910-W 20100527/100525235429-8fd974b0014302d59845710ff2fbfca4 (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.