Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2011 FBO #3542
SOLICITATION NOTICE

N -- Law Enforcement Vehicle Up & Down Fitting

Notice Date
8/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
 
ZIP Code
20191
 
Solicitation Number
A11PS01091
 
Response Due
8/19/2011
 
Archive Date
8/3/2012
 
Point of Contact
Quiana Galloway Contract Specialist 7033096521 quiana.galloway@bia.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
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. The solicitation number for this procurement is A11PS01091 and this is a Request for Quotation (RFQ). This requirement is a 100% set-aside for Small Business. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-50. The suggested North American Industry Classification System (NAICS) code is 336321. BACKGROUND: The Bureau of Indian Affairs, Office of Justice Services, Operations Division have vehicles that need to be up-fitted and down-fitted with emergency lighting, audible warning, control console, and other miscellaneous mission specific equipment. The installation is to be in compliance and consistent with equipment manufacturers' instructions for the item, this would include all non-OEM after-market items which are purchased in order to make the vehicle ready for police work. The contractor will install all of the emergency vehicle equipment in a consistent standardized manner. The contractor will insure that every vehicle is identical in the manner that each component included in the upfitting is the same throughout all vehicles, to include the routes in which the wiring is laid throughout the interior of the vehicle. The wiring must include protective sheathing in areas which may subject the wiring to crimping and/or wear that may cause failure to the equipment which it is connected and potentially damage to the vehicle. The standard for the vehicles includes that all connections utilize butt connector, solder and shrink wrap at connection points. Down-Fitting is also required under this contract. REQUIREMENTS: Estimated vehicles to be Up-fitted are 40, which includes marked and unmarked Chevy Tahoe's. Estimated vehicles to be Down-fitted are 40, which includes various types of make and model vehicles. PLACE OF PERFORMANCE: The place of performance is Albuquerque New Mexico. The vendor preference shall be 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 contractors facilities on a weekly to bi-weekly increments during the up-fitting and down-fitting of equipment to be installed in the Police Vehicles. PERIOD OF PERFORMANCE: The period of performance is anticipated to be a base year, 12 months and 4 option years. The up-fitting shall be no longer than 60 days start to finish. And the down-fitting will be no longer than 30 days start to finish. Work shall commence once the vehicles have arrived at contractor place of performance. INSTRUCTIONS FOR QUOTE: The Quoter shall prepare a firm fixed price quote that contains all information necessary to allow for a comprehensive evaluation of the costs proposed. Interested vendors must complete the 1449 Form.-PLEASE CONTACT CONTRACT SPECIALIST FOR STATEMENT OF WORK & 1449 FORM.- EVALUATION CRITERIA: (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, in order of importance: (1) Past performance; (2) Technical capability; (3) Locality; (4) Price; (5) Native American/Indian Owned Business. Technical and past performances, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. The Government may award a contract without discussions with offeror's. Award will be made based on "best value" to the government via the trade-off process. "Best value" is defined as the offer that results in the most advantageous solution for the Government, in consideration of the evaluation criteria. EVALUATION FACTORS: (1) Past performance; (2) Technical capability; (3) Locality; (4) Price; (5) Native American/Indian Owned Business. (1) Past Performance-Relevant/similar contracts and past projects. Only past performance data regarding relevant past performance completed within the last three years, or work that is ongoing, is evaluated. (Limit 2 pages) (2) Technical Capability-Services performed must be in accordance with the industry standards. (Limit 2 pages) (3) Locality-Preferred vendor must be located within 50 miles of the BIA Offices for oversight and accuracy of services and equipment. Security site must also be located within the 50 mile radius of BIA offices. (4) Price-breakdown. Which may use any or all of several bases of comparison including the independent government estimate, current or recent prices for the same or substantially the same services purchased in comparable quantities under similar terms and conditions, comparisons with market prices of commercial services, and the GSA contracts. Award of this contract may be made using best value. (Complete required 1449 Form) (5) Native American/Indian Owned Business-BIA encourages the participation of Native American/American Owned vendors in accordance with FAR 52.226-1; Utilization of Indian Organizations and Indian-Owned Economic Enterprises & DIAPR 1452.226-70/71; Indian Preference and Indian Preference Program. BIA 1452.280-3; Subcontracting limitations, A contractor shall not subcontract to other than Indian Firms more than 50 percent of the work under a prime contract award pursuant to the Buy Indian Act. For this purpose work to be performed does not include the provision of materials, supplies, or equipment. QUOTE SUBMISSION: Questions must be submitted no later than August 15, 2011 at 1PM ET. Submit via email only to: Contract Specialist, Quiana.Galloway@bia.gov. Phone calls will not be accepted. Quotes must be received no later than August 19, 2011 at 1PM ET. CLAUSES: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008); 52.212-2 Evaluation-Commercial Items (Jan 1999); and FAR 52.212-3 Offeror Representations of Certifications (Aug 2009) apply to this acquisition. Quoters must include a complete copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the Quoter does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference...Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (April 2011), FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). FAR 52.217-8 Option to Extend Services (Nov 1999). Department of the Interior Acquisition Regulation (DIAR): 1452.204-70 Release of Claims (Jul 1996); 1452.226-70 Indian Preference (Apr 1984), 1452.226-70 Indian Preference Program (Apr 1984).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS01091/listing.html)
 
Place of Performance
Address: Albuquerque, New Mexico
Zip Code: 87104
 
Record
SN02522300-W 20110806/110804235459-dee28043fc93afbc828ec00f8623357a (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.