Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2011 FBO #3660
SOLICITATION NOTICE

23 -- Request for Information (RFI) Narrative for Customs and Border Protection (CBP) Office of Administration Mobile Assets Program Management Office Acquisition for Vehicle Services and Supplies - RFI- Generic Catalog - Sample Buy Sheet - High Risk and Sensitive

Notice Date
11/30/2011
 
Notice Type
Presolicitation
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
211132
 
Archive Date
12/29/2011
 
Point of Contact
Agnieszka Frys, Phone: 202-344-2542, Francine L. Harris, Phone: 2023442026
 
E-Mail Address
aga.frys@dhs.gov, francine.harris@dhs.gov
(aga.frys@dhs.gov, francine.harris@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
High Risk and Sensitive Sample Buy Sheet RFI Generic Catalog Request for Information (RFI) Narrative for Customs and Border Protection (CBP) Office of Administration Mobile Assets Program Management Office Acquisition for Vehicle Services and Supplies ADDITIONAL GENERAL INFORMATION THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This is a Request for Information only as defined in FAR 15.201(e) to obtain information about capabilities and market information related to interested Vendors who could provide Passenger Carrying and Law Enforcement Motor Vehicles to CBP sites throughout United States, Puerto Rico, and U.S. Virgin Islands as well as disposal preparation services. This RFI is not a request for competitive proposals; therefore, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. The Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website at www.fedbizopps.gov. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this requirement. GENERAL INTENT CBP is seeking interested parties that may have developed or would be capable of developing potential vehicle solutions for this analysis that have one of the following attributes. Vehicle equipment performance that can meet stated requirements with either little or moderate adaptations upgrade modifications or development from an existing demonstrated and tested vehicle package. Innovative solutions that have not fully matured but that can be shown to be expected to meet the requirements in the allotted timeframe. CBP is seeking information if an interested Vendor could provide Passenger Carrying and Law Enforcement Motor Vehicles to CBP sites throughout United States, Puerto Rico, and U.S. Virgin Islands as well as disposal preparation services. This RFI is to determine if a contractor is capable of providing vehicles being ordered and equipped at a cost savings, or if it is necessary to purchase upfitting and disposal preparation services separately. Responses are requested from interested Vendors that can provide the services and supplies required to purchase, upfit and disposal preparation services CBP vehicles. CBP CBP requires the following items, Meet or Exceed, to the following activities: 1.0 Procure the vehicles and equipment upon request based on buysheets (vehicle order information) using the General Services Administration (GSA) AutoChoice website. 1.1 The buysheet shall specify the manufacturer, make and model of the vehicle as well as any options to be added to the vehicle to be purchased. The Vendor may, upon written request from CBP, be asked to purchase vehicles that may or may not need to be upfitted by the Vendor. The following data will be provided to the Vendor to place the vehicle buy: •· Manufacturer •· Make •· Model •· Vehicle Description •· Manufacturer •· Options from AutoChoice •· SIN from AutoChoice •· Vehicle Type (Sedan, Truck, SUV, or Van) •· Color •· Direct Delivery (If Vehicle will be a Direct Delivery) •· Primary Fuel Type (Gas-Electric Hybrid, Gas, Diesel) •· If a Hybrid or AFV is Available (Executive Order 10343) •· If Hybrid or AFV Selected (Environmental Protection Act of 2005) •· Reason(s) not Hybrid or AFV (Energy Independence and Security Act Sections 141-142) •· Fair Opportunity Statement FAR 16.505(b) •· Law Enforcement (LE) Category (LE-1, LE-2, LE-3, and non-LE) •· GSA Cost from AutoChoice (which includes shipping of vehicle to upfitter or CBP site from manufacturer) •· Upfit Package Number from Upfitter Catalog •· Upfit Package Cost •· Upfit Options (for example, Hurricane Kit, Cold Weather Kit, remove certain options from package, etc.) •· Upfit Options Cost •· Shipping Cost (for an upfitted vehicle from Upfitter to CBP site) •· Total Vehicle Cost •· Field Office ordering vehicle point of contact (POC) information (Vehicle Officer Name, Mailing Address, Phone Number, Fax Number) and •· Delivery POC information (Name or receiver, Street Address, City, State, Zip Code and Phone Number). Please see the sample buysheet included with this RFI package. 1.2 The Vendor shall order vehicles utilizing the GSA AutoChoice tool; will validate orders received from the CBP; will return orders to the CBP that require correction; and will coordinate and ensure delivery of vehicles (whether or not the Vendor upfits the vehicle) to CBP's field locations. The Vendor will identify, implement, and support systems, tools, and applications; and establish and maintain a relationship(s) with Vendor(s) necessary to carry out the task. 1.3 In purchasing services of the Vendor, the pricing of what is needed to carry out these activities will be inclusive in the pricing of items and services purchased. For example, the pricing for the ordering and upfitting a vehicle must include reporting and program management. 2.0 Modify or upfit vehicles with the equipment requested on buysheets as to achieve CBP mission effectiveness, the vehicles must meet requirements outlined in the specifications documents such as buysheets. Interested parties are requested to respond to this RFI with a capabilities statement and/or catalog pricing information. 2.1 The Vendor shall furnish the labor, facilities, upfitting packages, (for example, make or buy light bars, emergency lighting equipment, canine K-9, detainee transport units, etc.) for installation in the CBP's vehicles. For a standard package, see attachment. Supply Tools, Equipment, Materials, and Facilities to carry out activities. The costs for these items are to be inclusive in the Vendor's pricing of upfitting packages and upfitting options. This requirement shall include the replacement of worn, damaged, technologically obsolete, or expendable items. The Vendor shall furnish installation materials (e.g. wire, electrical connectors), hardware, (e.g. nuts, screws), fabrication, or welding services, as applicable. The Vendor will provide a catalog of upfit options and packages with pricing by July 30 of each year. All pricing will include administrative fees, costs of additional services, facilities, personnel, research and development, and any component redesign necessary to carry out the activity. 2.2 The Vendor shall install the packages, equipment, and branding (e.g. decals and striping) pursuant to the specifications provided by the CBP per the vehicle upfit packages outlined in the Vendor's catalog as well as any specifications listed in the vehicle buysheets (or vehicle orders) received by the Vendor. New equipment only; no remanufactured or "gray market' items. All items must be covered by the manufacturer's warranty. Finished upfitted vehicles shall be completely assembled, serviced, and ready for use as per the CBP specifications on the vehicle buysheet when the vehicle is received. Any item not specified herein but deemed necessary for the upfitting of vehicles shall be supplied and shall meet industry standards and practices, Federal Safety Standards, Regulations, Society of Automotive Engineers (SAE), and other applicable standards. 2.3 Vehicles arriving for upfitting will be shipped to the CBP's field location within 120 calendar days. The 120 day period will begin from the day the vehicle arrives at the Vendor's facility. 2.4 The Vendor will ensure vehicle license plates are put on vehicles and handled in accordance with DHS policy and procedures. 2.5 The Vendor will provide a one-year warranty for all installation work performed from the date the vehicle is delivered to the CBP's field location. The Vendor will cover all costs for all warranty work, including but not limited to transportation fees, resulting from improper installation regardless of the location of vehicle. The Vendor retains the right to determine if repairs are more cost effective to be completed at a vendor location, or at its facility. 3.0 Ship vehicles (modified and unmodified) to CBP sites anywhere within the U.S., Virgin Islands, or Puerto Rico and transport vehicles from CBP sites to the Vendor's site for disposal preparation. 3.1 Shipping must be free on board (FOB) destination to CBP sites anywhere within the U.S., Puerto Rico or U.S. Virgin Islands. 3.2 The Vendor will coordinate transportation to and from vehicle manufacturer, upfit facility, and CBP's field locations. Services would include but are not limited to the receipt of newly upfitted vehicles as well as transporting vehicles not being upfitted to the CBP's location. All delivered vehicles must be clean both inside and outside. If the vehicle is damaged during transport or arrives and does not meet Agreement specifications, the Vendor will be notified in writing by the CBP in accordance with the CBP Motor Vehicle Management Handbook and other Federal guidance. The Vendor will be responsible for vehicle repairs and/or ensuring the vehicle meets specifications. 4.0 Prepare vehicles for disposal. 4.1 The Vendor will ensure vehicle license plates are removed on vehicles and handled in accordance with DHS policy and procedures. 4.2 The Vendor will arrange transportation to have the vehicles to be prepared for disposal picked up from the field location and delivered to an upfit facility when requested and complete the removal of components and prepare the vehicle for disposal. 4.3 Vendor will provide an inventory of the components removed from each vehicle noting the status of the components to be refurbished, sold, or destroyed. 4.4 Than the Vendor will release the vehicle to the CBP disposal Vendor, create, and send a detailed invoice covering the costs of transporting the vehicle to the facility and the costs associated with removing and disposing of components from the vehicle. 5.0 Properly account for activities, cost, and schedule in reports and communications with CBP. 5.1 As part of the Quality Assurance process, the Vendor will participate in bi-weekly Production Status meeting. 5.2 The Vendor shall provide reports on services performed, shipping, inventory, and financial data as outlined in this RFI, both in the Production meetings, on a weekly basis and upon request by the CBP. 5.3 In accordance with FAR Subpart 42.15, the CBP will evaluate the Vendor's performance. 5.4 All invoicing will be electronically provided in a format to be determined by the CBP. The total amount to be reimbursed shall not exceed the total amount obligated for the current fiscal year. The Vendor is limited to recovery of only actual costs incurred. Actual transportation or shipping charges will be supplied to the CBP. 5.5 The Vendor shall make no other commitments or expenditures beyond 100% of the funds obligated. The Vendor will follow (FAR 52.232) regarding how to submit an invoice. 5.6 The Vendor will send one invoice for all charges for a vehicle related to a vehicle and identify the vehicle by the VIN. Final payment will be based on receipt of one proper invoice and satisfactory performance to the Agreement. 6.0 Ensure all related General Services Administration (GSA), CBP, DHS, and other Federal procedures and policies are applied appropriately to these activities. 6.1 The Vendor is not permitted to share any proprietary information without written approval from the CBP's authorized representative. 6.2 As part of the Quality Assurance process, the CBP has the right to perform scheduled and random audits of the Vendor's facilities. 6.3 Those items identified as "High-Risk Sensitive" or other components as identified by the CBP, attached in the package, as being of sensitive nature and not identified for refurbishment, re-use, or for sale must be disposed of in a manner that they can no longer be of use. 7.0 The Vendor shall ensure that its employees and subcontractors have current and valid professional certifications both before and while performing the activities during the Period of Performance. The following is a brief listing of certifications including, but not limited to: Welding; Refrigerant; and Automotive Service Excellence (ASE) certification. A valid state vehicle operator's license (by vehicle class) is required for all Vendor personnel who operate government owned vehicles; and a Commercial Drivers License (CDL) may be required to operate certain government owned or leased vehicles in accordance with applicable Federal and/or State laws. It is the responsibility of the Vendor to provide any additional training or certifications to perform the tasks necessary to execute this SOW. This training is considered a non-reimbursable expense. Training required for the Vendor or for the facilities to be in compliance with all local, state or federal regulations is non-reimbursable. WHITE PAPER RESPONSE Reflecting on the considerations presented above, interested parties should provide a statement of interest on company letterhead. The statement shall include, at a minimum, the following information: General concept description or approach to meet the aforementioned requirements and attributes; General description of vehicles, upfitting services, transportation services to CBP sites anywhere within the U.S., Virgin Islands, or Puerto Rico, and preparing vehicles for disposal services; Cost information and the timeline to procure vehicles from receipt of buysheet; to upfit vehicle from receipt of vehicle; to transport vehicle to CBP site and to prepare vehicle for disposal; Performance requirements compliance matrix, using the format provided in the RFI attachment to document the proposed ability to meet outlined requirements and identify which capabilities have been demonstrated; Provide an assessment of associated risks for the program and respective risk handling approaches; and Any additional information to support claims that the vehicle performance will meet the capabilities contained in this announcement. CENTRAL CONTRACTOR REGISTERATION (CCR) DATABASE 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 the http://www.ccr.gov. PROPRIETARY INFORMATION Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. CAPABILITY STATEMENT The capabilities statement shall include: Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. CBP representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements. The information provided in the RFI is subject to change and is not binding on the Government. CBP has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. PARTIES CONTEMPLATING RESPONSE TO RFI Parties contemplating responding to this RFI are requested to e-mail the Contracting Points of Contact: AGA.FRYS@DHS.GOV stating their intention to do so within 14 days of the RFI release. RESPONSE DUE DATE Responses are due no later than 14 DECEMBER, 2011, 0900 Eastern Daylight Savings time. Responses shall be submitted via e-mail to AGA.FRYS@DHS.GOV. If late information is received, it may be considered by the Government reviewers, depending on agency time constraints. Please note: The Government is not required to provide feedback to RFI Responders. CONTRACTING OFFICE ADDRESS Department of Homeland Security (DHS) Customs and Border Protection (CBP) Office of Procurement 1331 Pennsylvania Ave NW, National Place, Room 1310 Washington, DC 20229 PLACE OF PERFORMANCE United States, Puerto Rico, and U.S. Virgin Islands REQUIRED RESPONSES Limit RFI responses to 20 single-sided, single-spaced pages. Responses must be unclassified any Proprietary information provided must be marked accordingly. Note: See Format and Page Limitations and Submission of Documentation paragraphs for additional instructions. REQUESTS FOR CLARIFICATION / POINTS OF CONTACT : A Responder may request clarification in writing from the Contracting Officer for any requirement that is unclear by sending an e-mail to the Contracting Points of Contract: Aga.frys@dhs.gov and Francine.harris@dhs.gov. Any requests for clarification must be received by DECEMBER 5, 2011, 0900 Eastern Daylight Savings time. Clarifications may be posted on the RFI announcement website to benefit all interested Responders. Interested Responders are encouraged to periodically check the website during the response period for clarifications. FORMAT and PAGE LIMITATION; Submission of Documentation Your submittal should be provided on standard letter size 8 ½ by 11 inch paper, limited to a maximum of 20 single-sided, single-spaced pages. The font for text should be Times New Roman 12-point. The Responder may use oversized pages (including "foldouts") where appropriate to contain graphic presentations. Oversized pages do not count as extra pages within the page limitations. Submitted responses should be in Microsoft Word or Adobe Acrobat format. Existing commercial documentation and product literature can also be submitted and is not subject to a page limitation. Note: Responses must be unclassified and any Proprietary information provided must be marked accordingly. DISCLAIMER This is a Request for Information (RFI) only as defined in FAR 15.201(e) to obtain information about capabilities and market information for planning purposes. This RFI is not a request for competitive proposals; therefore, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Companies that respond will not be paid for the information submitted. No telephone calls will be accepted requesting a bid package or solicitation. All information received shall be safeguarded from unauthorized disclosure. Responses must be unclassified and any Proprietary information provided must be marked accordingly.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/211132/listing.html)
 
Record
SN02630869-W 20111202/111130234442-9daa9e2dcfb3bc2f0d0126ac45693c43 (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.