Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
SOLICITATION NOTICE

25 -- USDA Forest Service Law Enforcement Vehicle Outfitting - Combined Synopsis Solicitation

Notice Date
9/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336390 — Other Motor Vehicle Parts Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Pacific Southwest Region, 1323 Club Drive, Acquisition Management, Vallejo, California, 94592
 
ZIP Code
94592
 
Solicitation Number
AG-91S8-S-17-0046
 
Archive Date
10/15/2017
 
Point of Contact
Cree M. Prevost, Phone: 707-562-8897
 
E-Mail Address
creeprevost@fs.fed.us
(creeprevost@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis Solicitation for Law Enforcement Vehicle Outfitting This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations. The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The associated North American Industrial Classification System (NAICS) code for this procurement is 336390. The USDA Forest Service is seeking to award a firm fixed contract for the Law Enforcement Vehicle Outfitting requirement. The Contractor will procure and install on a Government furnished vehicle a Law Enforcement equipment package consisting of major components, such as: a light bar, other emergency lighting, console, pushbumper, rifle rack, shotgun rack, siren, speaker, prisoner cage, and Power Patrol. Work will also entail a custom fabricated rear window screen on pickup trucks, installation of optional features, and miscellaneous wiring connections. Government will provide agency door shield and numbers only. The contractor will provide all other material for striping, markings and designators. The contractor will pick up and deliver each vehicle from designated Government facility. The Government may perform in-progress inspections at the contractor's facility to verify timely progress of equipment installation. The extent of the in-progress inspections will be at the discretion of the Government and will not constitute acceptance. Inspection is for the convenience of the Government, the contractor is responsible for inspection and quality control. The contractor shall warrant and guarantee all work performed (labor and materials provided by the contractor) for a minimum of one year. 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 listed below shall be used to evaluate offers: - Technical/Equipment (Including quality of equipment and compliance with specifications proposed by the offeror based on the information provided with the quote). - Past Performance (Including customer satisfaction with service and warranty issues and timeliness of delivery. References for related contracts are required.) - Price (The degree of importance of the price will increase with the degree of equality of the quotes in relation to the other factors on which selection is to be based, or when the price is so significantly high as to diminish the value of the technical superiority to the Government.) When combined, the technical evaluation factors are substantially higher than price, however, the Government reserves the right to make price/technical trade-offs that are in the best interest and to the advantage of the Government. 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 full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, Instructions to Offerors-Commercial Items 2. FAR 52.212-3, Offerors Representations and Certifications-Commercial Items Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: • FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" • FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" Submission of Offers Responses shall include the following: 1. Solicitation/Contract/Order for Commercial Items (SF-1449). 2. Schedule of Items. 4. Confirmation of an active record in the System for Award Management (SAM). 5. Technical Capability Statement (brochure, warranty information, etc.). 6. Past Performance (projects similar to this requirement in scope and size, including two (2) references for contracts awarded in the past three years). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Cree M. Prevost at creeprevost@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/91S8/AG-91S8-S-17-0046/listing.html)
 
Place of Performance
Address: Various, Various, California, United States
 
Record
SN04679314-W 20170917/170915231116-a46c4337fcd16d25877f50db1157ec6b (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.