Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
MODIFICATION

N -- Emergency Vehicle Up-Fitting

Notice Date
7/19/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
2051 Mercator Dr., Reston, VA 20191
 
ZIP Code
20191
 
Solicitation Number
K0L10011007
 
Response Due
4/29/2011
 
Archive Date
10/26/2011
 
Point of Contact
Name: Quiana Galloway, Title: Contract Specialist, Phone: 7033906521, Fax:
 
E-Mail Address
quiana.galloway@bia.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE:Bids are being solicited under solicitation number K0L10011007. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 244656. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-04-29 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Albuquerque, NM 87104 The Bureau of Indian Affairs requires the following items, Exact Match Only, to the following: LI 001, UN-MARKED 2011 Dodge Police Packaged Charger, 5.7 Hemi model GSA Autochoice 17R - SEDAN, REAR WHEEL DRIVE, POLICE USE, 4 DOOR..5.7 Hemi model GSA autochoice 17R-Sedan real wheel drive, police use, 4 door; ELUC2S010W universal undercover LED insert-white-6 generation 3 LED's; Tomar RECT-14LS high power grill light-200S-BR-2 high power low profile visor mounted warning light; C3100CH 100 watt siren speaker; Jotto desk model 425-6636 police equipment console; L-18-LED littlelite maplight mounted on police console; 295SLA6 whelen single unit siren with 9 switch light control; Tomar Lstick-14-W8-B 8 module 38.5" rear deck light; Code 3 PAR36 fog light; Jotto 425-8103 radio trunk tray; Secure-idle SI-340-TK anit theft device; Patrol power custom modular police package wiring harness; Window tinting; Radio installation cable installation. No Graphics. See attachment., 5, EA; LI 002, Installation 5 UN-MARKED vehicles-per hourSee attachment., 5, EA; LI 003, MARKED 2011 Dodge Police Packaged Charger, 5.7 Hemi model GSA Autochoice 17R - SEDAN, REAR WHEEL DRIVE, POLICE USE, 4 DOOR..5.7 Hemi model GSA autochoice 17R-Sedan real wheel drive, police use, 4 doorTomar 90L-4908-0701 scorpion 970 49" LED lightbar high power red/blue w LED alleys & takedowns per BIA specifications; ELUC2S010W universal undercover LED insert-white-6 generation 3 LED's; Push bumper setina high strength aluminum bumper with 2 integrated sound off LED lights red/blue; C3100CH 100 watt siren speaker; Jotto desk model 425-6636 police equipment console; L-18-LED littlelite maplight mounted on police console; 295SLA6 whelen single unit siren with 9 switch light control; Mirror mounted 180 degree warning lights soundoff signal; Police prisoner partition setina 10RP horizontal sliding polycarbonate; Prisoner transport light; Prisoner transport seat Laguna 3P car seats; Door & window armor setina window barrier and door panel; Trunk mounted emergency warning lights Tomar RECT25LSHP; Jotto 425-8103 radio trunk tray; Patrol power custom modular police package wiring harness; Window tinting; Radio installation cable installation; BIA specific graphics. See attachment., 5, EA; LI 004, Installation 5 MARKED vehicles-per hourSee attachment., 5, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Bureau of Indian Affairs intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Indian Affairs is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Local vendor preference will be given priority to the vehicle up-fitting vendor located within a 50 mile radius of the Bureau of Indian Affairs, Office of Justice Services, Albuquerque Office located at 1001 Indian School Road, Albuquerque NM, 87104; the justification for this standard has been established due to required oversight which will be conducted at the awarded vendors facilities on a weekly to bi-weekly increments during the up-fitting of equipment to be installed in the Police Vehicles. Pursuant to 25 U.S.C. 47 preference will be granted to those offers submitted in response to this solicitation from eligible Indian economic enterprises. Offers received from enterprises that are not eligible Indian economic enterprises will be considered if reasonable, responsive offers are not received from eligible Indian economic enterprises. Indian Economic Enterprise means (i) any business activity owned by an Indian or an Indian Tribe that is established for the purpose of profit provided that such Indian or Indian Tribe ownership shall constitute not less than 51 percent of the enterprise, and that the Indian or Indian Tribe shall receive a majority of the earnings from the contract, to include entities established pursuant to the Native Claims Settlement Act, 43 USC 1601 and 43 USC 1626(e)(1) and (2); and (ii) the management and daily business operations of an eligible Indian economic enterprise must be controlled by one or more individuals who are members of an Indian Tribe. The individuals must possess requisite management or technical capabilities directly related to the primary industry in which the firm conducts business. The enterprise must meet these requirements throughout these time periods: (1) At the time an offer is made in response to a written solicitation; (2) at the time of contract award; and (3) during the full term of the contract. Indian Tribe means an Indian Tribe, band, nation, or other recognized group or community which is recognized as eligible for the special programs and services provided by the United States to Indians because of their status as Indians, including any Alaska Native village, urban, or corporation pursuant to the Alaska Native Claims Settlement Act (PL 92-203, 85 Stat. 688; 43 USC 1601).(End of clause) New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Offerors must be registered in Online Representation & Certification Application (ORCA) https://orca.bpn.gov/ at the time of proposal submittal No partial shipments are permitted unless specifically authorized at the time of award. Upon delivery of the vehicle and all of the required equipment, the vehicle completion for the full order of 10 vehicles will not exceed 14 calendar days. The vendor facility will have no less than 5 installation bays in order to meet the time requirement of the vehicle upfitting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/K0L10011007/listing.html)
 
Place of Performance
Address: Albuquerque, NM 87104
Zip Code: 87104-3801
 
Record
SN02503621-W 20110721/110720001943-8bd5c918bed9027cbc8812de23fd110a (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.