Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOLICITATION NOTICE

25 -- Gateway National Recreation Area. Requirement for Emergency Lighting (Vehicles) Law Enforcement.

Notice Date
4/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NER - NPNH MABO - National Parks of New York Harbor MABO 210 New York Avenue Staten Island NY 10305
 
ZIP Code
10305
 
Solicitation Number
P11PS00457
 
Response Due
4/29/2011
 
Archive Date
4/18/2012
 
Point of Contact
Linda Richardson Purchasing Agent 7183544527 linda_richardson@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) 2005-51 (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 Law Enforcement Division. The work includes installing and/or replacing emergency equipment as described in the attached statement of work. The installation and/or replacement shall be in accordance to the specifications in the Statement of Work (included below) provided by the government. (v) LOCATION: The vehicles cannot be transported more than 75 miles from Gateway National Recreation Area, Sandy Hook Unit, 58 Magruder Road, Ft. Hancock, NJ 07732. (vi) SCHEDULE of SUBMISSIONS: One (1) invoice must be submitted after successful delivery, installation, and acceptance. (ix) DOCUMENTS TO BE INCLUDED IN QUOTE: 1. A firm fixed price quote using the Bid Schedule included below.2. Three (3) references of the proposed services within the past five years.3. Name, phone number, and address of your point of contact. 4. Proof of CCR Registration. (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 similar services, as required by this solicitation. (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 10, 20, 21, 22, 23, 24, 26, 33, 37, 42 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 NPNHContracting_BidProposal@nps.gov, to the attention of Linda Richardson, with a courtesy copy sent to Linda_richardson@nps.gov. The due date and time is 2:00pm ET on Friday, April 29, 2011. STATEMENT OF WORK 1.Scope of Work The scope of work is to provide one contractor to perform the task of installing or replacing emergency equipment on up to 7 emergency vehicles. These include 4 GSA leased vehicles and 3 Interior (park) owned vehicles. Two GSA Ford Crown Victoria's are being replaced by new Ford Crown Victoria sedans, and an older GSA Chevrolet Tahoe is being replaced with a new model Tahoe. All three of the vehicles will need to have existing emergency equipment removed and re-installed on the new vehicles. Some equipment may be re-used from the old vehicles on the new and some new items will need to be ordered and installed by the contractor. 2 Interior (park) owned Ford Crown Victoria's need upgrades to existing LE equipment already installed. 1 Crown Victoria has no equipment and will need to be outfitted. In addition, the fire division has a new GSA Ford F-350 extended cab pickup with a utility body on the back that needs emergency equipment installed. The tasks described represent the anticipated level of work. The actual work will be dependent on funding availability and whether existing vehicles are replaced by GSA. All labor and contractor provided equipment shall be guaranteed for a period of one year. 2.Objective The objective is to make law enforcement Park Ranger patrol and emergency vehicles safe and equipped for their full scope of duty as prescribed by policy. The vehicles must be highly visible with emergency lights, must be able to be seen and heard during emergency response, must be able to safely transport prisoners, and must be able to hold the proper equipment for Rangers to protect and serve the public. 3.Delivery Once contacted, the contractor will have up to one week to accept the vehicle and begin the work. Once work begins the contractor will have 1 week to remove existing equipment and up to 2 weeks to install emergency equipment. The park will pick up the vehicles from the contractors work location within one week of notification up to a 75 mile radius from the National Park Service, Ft. Hancock, NJ location. 4.Government Furnished Property The government will furnish the emergency lighting and equipment as identified in each of the project tasks. The contractor will provide emergency lighting and equipment where specified in the project task. Wire connectors, fasteners, screws, and other hardware needed for installation are to be provided by the contractor. 5.Security The contractor is responsible to provide for security of the vehicle while it is on the contractors work location and is responsible to insure that the vehicle is not operated for any purpose other than installing the equipment. 6.Place of Performance Work will be conducted on the contractors work site. 7.Period of Performance The period performance for this contract shall be 6 months. Submittals identified below shall be provided to the government within 14 days of award of this contract for review and approval. It is anticipated that the government will require a minimum of 5 business days to review the submittals. Once the submittals are approved by the NPS, the contractor shall commence work, completing it within the period of performance specified above REQUEST FOR QUOTECONTRACT BID SCHEDULE The contractor shall provide a product submittal for all new equipment to be purchased and shall field verify all equipment and dimensions prior to submitting a proposal for this contract and ordering materials. Task Requirement #11.Remove from a 2007 Chevrolet Tahoe; 1 roof mounted light bar, 1 short roof mounted rear light bar, 4 LED lights, center console, radio w/siren, siren speaker, gun rack, prisoner partition and cargo partition.2.Install on new 2011 Chevrolet Tahoe; 1 roof mounted light bar, 1 short roof mounted rear light bar, 4 LED lights, center console, radio, siren, siren speaker, gun racks and prisoner partition. These are the items removed from the 2007 Chevrolet Tahoe. Wire connectors, fasteners, screws, and other hardware needed for installation are to be provided by the contractor. BASE BID ITEM NO. 1$ _______________________ Task Requirement #21.Remove from a 2004 Ford Crown Victoria; radio w/siren, siren speaker, trunk mounted gun rack.2.Install on a new 2011 Ford crown Victoria; radio w/siren, siren speaker and trunk mounted gun rack from the 2004 Crown Victoria.3. Install on a new 2011 Ford crown Victoria contractor provided; LED "stealth" or Ghost" lighting that includes front visor lights, rear deck lights, two grille lights, and 4 corner strobes, center console, and lighting switch.4.Wire connectors, fasteners, screws, and other hardware needed for installation are to be provided by the contractor. BASE BID ITEM NO. 2$ _______________________ Task Requirement #31.Remove from 2008 Ford Crown Victoria; roof mounted light bar, 2 grill mounted LED lights, 2 rear mounted LED lights, rear deck lights, center console, radio, siren, siren speaker, gun racks, and prisoner partition.2.Install on new 2011 Ford Crown Victoria; roof mounted light bar, 2 grill mounted LED lights, 2 rear mounted LED lights, rear deck lights, center console, radio, siren, siren speaker, gun racks, and prisoner partition. These are the items removed from the 2008 Ford Crown Victoria. Wire connectors, fasteners, screws, and other hardware needed for installation are to be provided by the contractor. Any items from the 2008 vehicle that are not useable in the 2011 will be supplied by the contractor. New mounting brackets or spacers shall be used when possible rather than replacement of the entire item.3.Wire connectors, fasteners, screws, and other hardware needed for installation are to be provided by the contractor. BASE BID ITEM NO. 3$ _______________________ Task Requirement #41.Install on a 2010 Ford Crown Victoria; NPS (park) provided radio w/siren and siren speaker.2. Install on the same 2010 Ford Crown Victoria contractor provided; LED "stealth" or Ghost" lighting that includes front visor lights, rear deck lights, two grille lights, and 4 corner strobes, center console, lighting switch, and trunk mounted gun rack.3.Wire connectors, fasteners, screws, and other hardware needed for installation are to be provided by the contractor. BASE BID ITEM NO. 4$ _______________________ Task Requirement #51.Install on a 2005 Ford Crown Victoria contractor provided; LED "stealth" or Ghost" lighting that includes front visor lights, rear deck lights, two grille lights, and 4 corner strobes, and lighting switch. 2.Existing lighting should be made operational or removed. Existing console to remain.3.Wire connectors, fasteners, screws, and other hardware needed for installation are to be provided by the contractor. BASE BID ITEM NO. 5$ _____________________ Task Requirement #61.Install on a 2003 Ford Crown Victoria contractor provided; roof mounted Light bar, rear deck lights, 2 grille LED lights, 2 rear mounted LED lights, and gun rack.2.Install on the same 2003 Ford Crown Victoria NPS (park) provided; radio/siren, siren speaker.3.Existing prisoner cage to remain4. Wire connectors, fasteners, screws, and other hardware needed for installation are to be provided by the contractor. BASE BID ITEM NO. 6$ _______________________ Task Requirement #71.Outfitting a 2010 Ford F-350 extended cab pickup truck with a utility body on the back with NPS (park) provided; cab roof mounted light bar, utility body roof mounted short light bar, 2 grill mounted L.E.D. lights, 4 side mounted LED lights, 2 rear mounted LED lights, radio/siren, siren speaker, and light switch / controller.2.Wire connectors, fasteners, screws, and other hardware needed for installation are to be provided by the contractor. BASE BID ITEM NO. 7$ _______________________ Task Requirement #8 (OPTION)1.Install NPS (park) provided camera systems on 2 Ford Crown Victoria vehicles. OPTIONAL WORK BID ITEM NO. 8$ _______________ (OPTIONAL WORK) TOTAL FIRM FIXED PRICE WITHOUT OPTION $______________________________ TOTAL FIRM FIXED PRICE WITH OPTION $____________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS00457/listing.html)
 
Place of Performance
Address: Gateway National Recreation Area, Sandy Hook Unit, 58 Magruder Rd, Fort Hancock, NJ 07732.
Zip Code: 07732
 
Record
SN02428526-W 20110421/110419235356-a80d48cce2864251fe5e2ecf92ac20bb (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.