Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
MODIFICATION

25 -- Emergency Vehicle Accessories and Graphics

Notice Date
8/26/2011
 
Notice Type
Modification/Amendment
 
NAICS
441310 — Automotive Parts and Accessories Stores
 
Contracting Office
Surface Deployment and Distribution Command (SDDC), ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE83100
 
Response Due
8/30/2011
 
Archive Date
10/29/2011
 
Point of Contact
Carol Sinnard, 618-220-5066
 
E-Mail Address
Surface Deployment and Distribution Command (SDDC)
(carol.sinnard@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
EMERGENCY EQUIPMENT AND VEHICLE GRAPHICS AT MOTCO, CA The purpose of this requirement is to obtain an emergency equipment and graphics vendor for outfit of, and creating and applying public safety graphics to Federal Fire Department emergency response vehicles located at Military Ocean Terminal Concord, CA (MOTCO). SCOPE OF WORK: Graphics are required for the following vehicles: Qnty 1 - 2010 Chevy Sierra Qnty 1 - 2010 Ford F350 The Service Provider (SP) will match the color and design of graphics in Exhibit 1-4, create the graphics (including an exact match of the Federal Fire Concord shield in Exhibit 4), and apply to Federal Fire Department emergency response vehicles. Vehicle specifications are as follows: 2010 Chevy Sierra/2010 Ford F350: Front: (Exhibit 1) 4" RED Reflective, 3M Vinyl Tape LETTERING as follows: 2500 on Left Side just above the Grille FIRE on Right Side just above the Grille Rear (Tailgate): (Exhibit 2) 5" RED Reflective, 3M Vinyl Tape STRIPE starting at the top of the Tail Lights with tape Cut Out around Tail Gate Latch Handle. 4" WHITE Reflective, 3M Vinyl Tape LETTERING clear coated onto the 4" Red Stripe as follows: 2500 on Left Side FIRE on Right Side ROOF: (Exhibit 3) 7" BLACK or RED, Vinyl NON-Reflective Tape on the roof of the vehicle. To be centered on the rear portion of the Cab Roof. Top:FEDERAL FIRE Bottom:2500 SIDE: (Exhibit 4) 5" RED Reflective, 3M Vinyl Tape STRIPE starting at the top of the Head Lights with tape Cut Out around the Driver/Passenger Door Handles. 4" WHITE Reflective, 3M Vinyl Tape LETTERING clear coated onto the 4" Red Stripe as follows: FIRE located at the Rear on both sides of the Pickup Bed. 11" x 15" Federal Fire Concord Vehicle Patch Decal, 3M Reflective Vinyl Tape on both Driver/Passenger Doors. (Center the Patch Decal on the door (5" Red Stripe is centered through the Patch). Cut the Red Stripe away from the Patch Decal by " following the Patch Decal Contour. Equipment is required for the following vehicles: Qnty 1 - 2010 Chevy Sierra Qnty 1 - 2010 Ford F350 The Service Provider (SP) will recommend the essential emergency equipment during the site visit. Bid will consist of, at a minimum: 2010 Chevy Sierra: Rear Facing Lights (x2) Headlight Flashers (Exhibit 5) Camper Shell Bed Slide Light/Siren Control Unit Microphone Siren Speaker/Bracket (Exhibit 5) Corner Strobe Lights (x4) (Exhibit 5) Grill Lights (Exhibit 5) Lightbar (Exhibit 5) 2010 Ford F350 Light/Siren Control Unit Microphone Corner Strobe Lights (x4) Grill Lights Headlight Flashers PERIOD AND PLACE OF PERFORMANCE: Place of performance for the application to the trucks will be the contractor's facility. Vehicles will be delivered by government personnel. Period of performance is 30 days after award of contract BACKGROUND: This requirement involves the design and application of emergency emblems specially made for MOTCO to be applied to the vehicles. To maintain uniformity, the emergency emblems must be an identical match to the graphic design on existing vehicles. PERFORMANCE OBJECTIVE: The performance objective for this requirement is for the two trucks to match existing public safety vehicles. OPERATING CONSTRAINTS: The SP shall provide all personnel, management, supervision, equipment, tools, supplies, materials, transportation, and any other items and services necessary to perform the functions of this SOO except those which are made available by the Government and specified in this document. TECHNICAL DATA, PROCESSES AND INVENTIONS All hardware, software, technologies, processes, algorithms, and techniques that are developed or provided under this Statement of Objectives (SOO) are the sole property of the Government. The SP shall not use, disclose, transfer, convert, or otherwise appropriate any technical data, processes or inventions developed during performance of this SOO, unless written permission from the Contracting Officer is obtained. Contractor is required to submit a price proposal, performance work statement, pictures with graphics overlay. Contractor must provide the government with all photos of vehicles and is not allowed to keep any pictures in their possession. Price proposal must be separated into the following categories: 2010 Chevy Sierra 2010 Ford F350 Each category's price must also be separated into individual costs (i.e. labor, materials...etc.). Proposals are due by August 30, 2011 at 4:00 PM (CST) to: SDDC Acquisition Center Attn: Carol Sinnard 709 Ward Dr. Bldg 1990 Scott AFB, IL 62225 carol.sinnard@us.army.mil, (Emailed proposals are preferred) 618-220-5066. APPLICABLE CLAUSES The following provisions and clauses apply to this acquisition (the full text of FAR and DFAR references may be accessed electronically at http://farsite.hill.af.mil/). 52.204-7, Central Contractor Registration 52.211-6, Brand Name or Equal 52.212-1, Instruction to Offerors Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.247-34,, FOB Destination 252.204-7004, Alternate A - Central Contractor registration (52.204-7) Alternate A 252.232-7010, Levies on Contract Payments (Dec 2006) 52.212-2, Evaluation Commercial Items(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 items and service offered to meet the Government requirement; and (ii) Price. In order for the quote to be considered technically acceptable, the Government will make a determination of technical acceptability by evaluating the following:(i) Ability of the offeror to meet the schedule or timeline as stated in this solicitation (ii) the ability for the offeror to meet the minimum specifications (i.e., salient characteristics) and/or brand name or equal items provided within each item requested. 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. 52.212-3 Offerors representations and Certifications Commercial Items. The provision FAR 52.212-3 shall be returned with the quote or acknowledge that Annual Representation and Certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS APPLIES TO THIS ACQUISITION. THE FOLLOWING ADDITIONAL FAR CLAUSES CITED IN THIS CLAUSE ARE APPLICABLE: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-28, Post Award Small Business Program; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, restrictions on Certain Foreign Purchase; 52.232-33, Payment by Electronic Funds transfer Central Contractor Registration; 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2007) THE FOLLIWING ADDITIONAL DFAR CLAUSES CITED IN TEH CLAUSE ARE APPLICABLE: 52.203-3, Gratutities; 252.203-7000, Requiremnts Relating to Compensation of Former DoD Officials; 252.225-7001, Buy America and Balance of Payment Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002, Request for Equitable Adjustment; 252.247-7023, ALT III Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5d7ea2e194e6d87f9a251a6ed77f848c)
 
Place of Performance
Address: Surface Deployment and Distribution Command (SDDC) ATTN: SDAQ, 200 Stovall Street Alexandra VA
Zip Code: 22332-5000
 
Record
SN02552133-W 20110828/110827000256-5d7ea2e194e6d87f9a251a6ed77f848c (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.