Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

25 -- Vehicle Equpiment

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336399 — All Other Motor Vehicle Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3611174AG03-VehicleEquipment
 
Archive Date
10/8/2011
 
Point of Contact
Gregory L Cunningham, Phone: 7074247770, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
Gregory.Cunningham@us.af.mil, josephine.cobb@us.af.mil
(Gregory.Cunningham@us.af.mil, josephine.cobb@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a posting for commercial items prepared in accordance with the format in FAR 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 is F3Z3611174AG03. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Circular (FAC) 2005-53 effective 4 Aug 2011, Defense DPN 20110819 effective 19 Aug 2011, and AFAC 2011-0714 effective 14 Jul 2011. The North American Industry Classification System (NAICS) code is 336399. The business size standard is 750 Employees. The Federal Supply Class (FSC) is 2590. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. This acquistion shall be 100% small business set aside. The requirements are as follows: CLIN 0001 - Siren Controller; single combination: Amplifier/Relay Module (ARM) provides ease of access to fuses and connectors without removing the cover. Heavy-duty type Power connectors are designed to handle rough treatment without damage or disengaging accidentally. System operates one or two 100-watt speakers. A programmable system with a control head that includes four-position slide switch (one 40 amp and two 20 amp outputs) and eighteen backlighted push buttons with bright red LED on/off indicators. State of the art membrane switches provide tactile feedback of activation and are equipped with a solid rubber overlay for moisture resistance. The top row of eight siren control switches include standard siren tones and "Hand Free" operation. The second row contains Traffic Advisor direction and flash pattern control, low power and two auxiliary circuits. The third row of five switches are rated for 10 amps each. Each of these switches and the two auxiliary switches are programmable through the ARM for On/Off, Momentary, 8 Second Timer or Double-Tap Security 8 Second Timer. Uni-directional microphone with plug-in connector is standard. 20" microphone extension cable is optional Controls lights, traffic arrow and siren functions from a single keypad. Easy to configure with Windows style programming. Easy to operate, includes hands free light and siren operation. A USB port in Amplifier/Relay Module (ARM) provides easy access for programming. (Control head does not need to be connected for programming). Bright red LED indicators are clearly visible, even in bright sun. On/Off, Momentary, Eight-second timer and Security Double-Tap eight- second timer can be programmed through 7 switches, individually. Control Panel can be easily surface mounted via Velcro or U bracket, standard. Semi-flush mounting trim plate, optional. Backlighted push buttons. Operates one or two 100-watt speakers. Single 8-conductor, 22-gauge cable connects Control head to Amplifier/Relay Module (ARM). - 12 EA CLIN 0002 - Sedan - Bench Seat Center Console: Holds the radio and light bar controller; 10" x 7.66", holds minimum of 10" of faceplates Must include floor plate. 5 EA CLIN 0003 - Truck - Bench Seat Center Console: Holds the radio and light bar controller; 10" x 7.66", holds minimum of 10" of faceplates Must include floor plate. 7 EA CLIN 0004 - 1/4 wave, chrome 118-940MZ Antenna: 12 EA CLIN 0005 - Antenna Coax Cable: 12 EA CLIN 0006 - Linear LED Light Bar: Aluminum chassis, ultra-bright, ultra-wide angle.Four Extended Corner Linear-LEDs adds increased lighting coverage to each side of the lightbar. LED Alley and 12 diode Take-down lights. Two each forward facing Red and Blue LED lights, one light must be capable of being steady red. Six rear amber lights to operate as Traffic Advisor. 12 EA CLIN 0007 - Headlight and taillight Strobe kit: 60 watt power supply (four corner kit). 12 EA CLIN 0008 - Sedan - Partition: to separate front and back seats must be compatible with rear passenger airbags, window configuration of Lexan and Screen. 5 EA CLIN 0009 - Headlight Wig Wag. 12 EA CLIN 0010 - Sedan: Labor and installation of Siren Control Switch, console, light bar, headlight wigwags, partition,4 corner strobe kit, antenna, weapon rack and supplied radio. 5 EA CLIN 0011 - Truck: labor and installation of Siren Control Switch, console, light bar, headlight wigwags, partition,4 corner strobe kit, antenna, weapon rack and supplied radio. 7 EA CLIN 0012 - Wire Loom Installation. 12 EA CLIN 0013 - Weapons Rack Installation. 12 EA CLIN 0014 - Sedan - (Stripout) Labor: To include removal of emergency vehicle equipment including lightbars, console, radio and sirens, partitions and weapons racks. 5 EA CLIN 0015 - Truck - (Stripout) Labor: To include removal of emergency vehicle equipment including lightbars, console, radio and sirens, partitions and weapons racks. 7 EA ***Location of work to be performed on vehicles must be within 80 miles of Travis AFB; Government will deliver all vehicles to vendor.*** This award shall be made in the aggregate, all or none. The following factors shall be used to evaluate offers: FAR 52.212-2 (i) technical capability of the item offered to meet the Government requirement (Technical capability as meeting CLIN 0001 - 0015), and (ii) price. The following provisions/clauses apply to this solicitation: **FAR 52.232-18 Availability of Funds** Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.212-3 Alternate 1 52.209-6 Protecting the Government Intrest 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards 52.222-3 Convict Labor 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contracts 52.212-4 Contract Terms and Conditions (Commercial Items) 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Small Business Award Program 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-Affirmitive Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.204-7003 Control of Government Personnel Work Products 252.232-7010 Levies on Contract Payments 252.232-7003 Electronic submission of Payment Request 252.247-7023 Transportation of Supplies by Sea Alt III 52.212-5 Contract Terms and Conditions (Deviation) 52.252-2 Clauses Incorporated by Reference. (http:/farsite.hill.af.mil) 52.252-6 Authorized Deviation in Clauses (Defense Federal Acquisition Regulation 48 CFR Chapter 2) 252.204-7006 Billing Instructions 252.212-7001 Contract Terms and Conditions (Deviation) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance 5352.201-9101 Ombudsman WAWF - Wide Area Work Flow Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contractor Registration (CCR) [http://www.ccr.gov], at Wide Area Work Flow (WAWF) [http://wawf.eb.mil], and at Online Representations and Certifications Application (ORCA) at [http://orca.bpn.gov]. All questions regarding the solicitation must be submitted to to me via email by 20 Sep 2011. QUESTIONS WILL NOT BE ACCEPTED AFTER 20 Sep 11. Please send all offers to Gregory.Cunningham@us.af.mil or fax to 707-424-5189 NO LATER THAN 23 Sep 2011, 1200, PST. Primary point of contact is Gregory L. Cunningham, SSgt, Contract Specialist, telephone 707-424-7770. Alternate POC is Josephine Cobb, Contracting Officer, telephone 707-424-7720.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3611174AG03-VehicleEquipment/listing.html)
 
Place of Performance
Address: Travis AFB, CA, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02571402-W 20110914/110912234939-b99de2af4f5436990752b85ce0a04e19 (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.