Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2011 FBO #3450
MODIFICATION

23 -- Touring Police Package Motorcycles

Notice Date
5/4/2011
 
Notice Type
Modification/Amendment
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
 
ZIP Code
20535
 
Solicitation Number
042511R
 
Point of Contact
Dina Olibah, , Melissa Glasco,
 
E-Mail Address
Dina.Olibah@ic.fbi.gov, melissa.glasco@ic.fbi.gov
(Dina.Olibah@ic.fbi.gov, melissa.glasco@ic.fbi.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation's documented and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 15 April, 2011. This requirement is restricted to small businesses only. All future information about this acquisition including solicitation amendments will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The solicitation number is RFQ 042511R and shall be referenced on all quotes. The FBI intends to procure two (2) Touring Police Motorcycles to include "police package" specific emergency equipment. Line 1: (Qty 2) Full Size, Touring Police Package Motorcycles. Items are to include shipping - any color satisfactory. Salient Characteristics: • Drive - Prefer Shaft Driven • Engine Type - Prefer Water (liquid) Cooled • Brakes - Prefer ABS • Windscreen - Prefer Adjustable, electric windscreen • Wheelbase - Prefer smaller base • Weight - Prefer lighter weight Although certain characteristics are listed as preferred, the government will consider quotes offering alternate characteristics in making a best value determination. Quotes offering preferred characteristics will be weighed as higher technically in a best value determination. Quotes offering alternate characteristics will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics and requirements listed in the combined synopsis/solicitation. Vendor shall submit the appropriate information regarding how the alternate item meets the government's need. All interested vendors shall include specific plans with design/illustrations of "police package" modifications to include emergency equipment lighting and sirens. All quotes shall include motorcycle specifications for the following: • Vehicle Description • Engine Type • Bore Stroke • Valve Train • Carburetor/Fuel Injection • Ignition • Horsepower • Torque • Final Drive • Weight • Alternator Output • Battery • Transmission • Clutch • Suspension (Front and rear) • Brakes (Front and rear) • Tires and Wheels • Wheelbase • Rake • Trail • Fuel tank capacity • EPA fuel mileage • Seat Height • Windscreen • Foot Peg/ Floorboard Position Quotes must include all line items as follows: A. Motorcycles Unit Price each: $_____ and Total: $__________ B. Shipping Costs: $_____________ C. Total of Quote: $_____________ All interested vendors must also have the ability to provide routine maintenance and repairs at a location within a 50 mile radius of customer. Clarksburg, VA 26306 All items shall be delivered FOB destination 45 days ARO to Criminal Justice Information Services, 1000 Custer Hollow Road, Clarksburg, WV 26306 attn: Captain Robert J. Tomasik/FBI Police. Inspection and acceptance will take place at the aforementioned address. A firm fixed price contract will be made awarded to the responsive, responsible quoter whose quote conforms to this combined synopsis/solicitation and is the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability (2) price and (3) past performance. Technical and past performances, when combined, are more important than price. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the FBI also reserves the right to conduct discussions, if later determined to be necessary. Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror- Commercial Items (JUNE 2008); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award shall be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability, price, and past performance. The following factors shall be used to evaluate offers: technical capability, past performance, and price. Technical and past performances, when combined, are more important than price. Vendors are required to submit past performance information, including points of contact, on the last three contracts for similar services. Further, the government intends to award without discussions, but reserves the right to conduct discussions. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (APR 2011) - Please note: All offerors and prospective contractors must be registered on the online Representative and Certification Application (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 along with their quote. ORCA registration is available through Business Partner Network (BPN) at www.bpn.gov. FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items (JUN 2010); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2011) - in paragraph (b) the following clauses apply; 52.204-10, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-2, 52.225-13 52.232-34. In addition to the above, FAR clause 52.247-34 F.O.B. Destination (NOV 1991) is incorporated by reference. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. The lessor/contractor will agree to insert terms that conform substantially to the language of this clause in all contracts/subcontracts. CCR Requirement - Company shall be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. All quotes from responsible sources will be considered. All questions regarding this combined synopsis/solicitation are due by April 28, 2011 at 10:00 AM EST. Questions shall be accepted via electronic mail only and shall be sent to both Dina.Olibah@ic.fbi.gov and melissa.glasco@ic.fbi.gov. Phone calls will not be accepted. Quotes are due by May 9, 2011 at 10:00 AM EST. Quotes will be accepted via email only to both Dina.Olibah@ic.fbi.gov and melissa.glasco@ic.fbi.gov. Please reference combined synopsis/solicitation number RFQ 42511R.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/042511R/listing.html)
 
Place of Performance
Address: Clarksburg, Virginia, 26306, United States
Zip Code: 26306
 
Record
SN02440335-W 20110506/110504235709-d928fa4b9f01200f7ab1a3ad803c2d89 (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.