Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
SOLICITATION NOTICE

25 -- Emergency Vehicle Equipment

Notice Date
9/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336399 — All Other Motor Vehicle Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3610125AG01EmergencyVehicleEquipment
 
Archive Date
10/1/2010
 
Point of Contact
Nancy J. Crowell, Phone: 7074247775, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
nancy.crowell.1@us.af.mil, josephine.cobb@travis.af.mil
(nancy.crowell.1@us.af.mil, josephine.cobb@travis.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 FAR 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. This acquisition is 100% small business set aside. The solicitation number is F3Z3610125AG01 and is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-45 effective 30 Aug 10; Defense DCN 20100908 (Amended) Edition, and AFAC 2010-0903, effective 3 Sep 10. The North American Industry Classification System (NAICS) code is 336399. The business size standard is 750 employees. The Standard Industrial Classification (SIC)/Federal Supply Class (FSC) is 2590. Travis AFB has a requirement for vehicle equipment for Security Forces vehcicles.. Description: CLIN Item/Description Qty Unit of Issue 0001 CLINSiren Controller; single combination Amplifier/Relay Module (ARM) provides ease of access to fuses and connectors without removing the cover. Heavy-duty type Power connectors are designed to handle rough treatment without damage or disengaging accidentally. System operates one or two 100-watt speakers. A programmable system with a control head that includes four-position slide switch (one 40 amp and two 20 amp outputs) and eighteen backlighted push buttons with bright red LED on/off indicators. State-of-the-art membrane switches provide tactile feedback of activation and are equipped with a solid rubber overlay for moisture resistance. The top row of eight siren control switches include standard siren tones and "Hand Free" operation The second row contains Traffic Advisor direction and flash pattern control, low power and two auxiliary circuits. The third row of five switches are rated for 10 amps each. Each of these switches and the two auxiliary switches are programmable through the ARM for On/Off, Momentary, 8 Second Timer or Double-Tap Security 8 Second Timer. Uni-directional microphone with plug-in connector is standard. 20" microphone extension cable is optional Controls lights, traffic arrow and siren functions from a single keypad. Easy to configure with Windows? style programming. Easy to operate, includes hands free light and siren operation. A USB port in Amplifier/Relay Module (ARM) provides easy access for programming. (Control head does not need to be connected for programming). Bright red LED indicators are clearly visible, even in bright sun. On/Off, Momentary, Eight-second timer and Security Double-Tap eight- second timer can be programmed through seven switches, individually.Control Panel can be easily surface mounted via Velcro or U bracket, stan- dard. Semi-flush mounting trim plate, optional. Backlighted push buttons.Operates one or two 100-watt speakers. Single 8-conductor, 22-gauge cable connects Control head to Amplifier/Relay Module (ARM) 9 EA 0002 Bench Seat Center Console holds the radio and light bar controller; 10" x 7.66", holds 10" of faceplates, small faceplates 9 EA 0003 1/4 wave, chrome 118-940MZ Antenna 9 EA 0004 Antenna Coax Cable 9 EA 0005 Linear LED Light Bar, aluminum chassis, ultra-bright, ultra-wide angle.Four Extended Corner Linear-LEDs adds increased lighting coverage to each side of the lightbar. LED Alley and Take-down lights. One light must be capable of being steady red. 9 EA 0006 Headlight and taillight Stobe kit w/power supply (four corner kit) 9 EA 0007 Fiber Glass Partition to separate front and back seats must be compatible with rear passenger airbags for 2010 Impala Sedan 9 EA 0008 labor and installation of Siren Control Switch, console, light bar and strobe lights 9 EA 0009 Installation package: wire loom, connectors, fuse blocks, relays, circuit breakers 9 EA 0010 Labor to include removal of lightbars, comsole, radio and sirens, partitions and weapons rack and Installation of lightbar, console, Radio/Siren, Partition, Weapons Rack and strobe kits for 8 vehicles (4) Impalas, (3) Rangers and (1) for future installation. 8 EA When submitting quote please use the same format and order listed above. Quotes are sent via email or fax to Nancy Crowell - contact information listed below. VENDOR MUST BE WITHIN 80 MILES OF TRAVIS AFB. GOVERNMENT WILL DELIVER VEHICLES TO THE VENDOR. Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; The technical capability of the item offered to meet the Government requirement is: it must meet the requirements in the description. (ii) price; FAR 52.212-3, Alt 1 Offeror Representations and Certifications - Commericial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, (Dev) Contract Terms and Condition Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-6, Notice of Total SB Set Aside; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.233-4, Applicable Law for Breach of Contracts; FAR 52.252-2, Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6, Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2.; DFARS 252.204-7003, Control of Government Personnel Work Products; DFARS 252.212-7001, (Dev) Contract Terms and Conditions; DFARS 252-225-7001, Buy American Act and Balance of Payment Program; DFARS 252-225-7002, Qualifying Country Sources as Subcontractors; DFARS 252-232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Alt III Transportation of Supplies by Sea; AFFARS 5352.201-9101 Ombudsman and AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substance. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send offers NO LATER THAN 16 SEPTEMBER 2010, 12:00 PM, PST to nancy.crowell.1@us.af.mil or fax to 707-424-5189 Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is Nancy Crowell, Contract Specialist, telephone 707-424-7775. Alternate POC is Josephine Cobb, Contracting Officer, telephone 707-424-7720.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3610125AG01EmergencyVehicleEquipment/listing.html)
 
Place of Performance
Address: Travis AFB, California, United States
 
Record
SN02277056-W 20100912/100911000435-33009a6d51d247decf06de3e179c8581 (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.