Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 3, 2001 PSA #2821
SOLICITATIONS

K -- MODIFY HMMWV

Notice Date
March 30, 2001
Contracting Office
USPFO for Washington, Attn: Contracting Office, Bldg 32, Camp Murray, Tacoma, WA 98430-5170
ZIP Code
98430-5170
Solicitation Number
DAHA45-01-Q-0002
Response Due
April 11, 2001
Point of Contact
Denise Sheppard 253-512-8970
E-Mail Address
click here to contact the POC via e-mail (Denise.Sheppard@wa.ngb.army.mil)
Description
Denise Sheppard. Purchasing Agent, Phone (253) 512-8970, Fax (253) 512-8009, Email Denise.Sheppard@wa.ngb.army.mil. This is a Request for quotation for commercial items. This is a combined synopsis/solicitation for commercial items in accordance with the format in the Federal Acquisition Regulation (FAR) 12.6, as supplemented with additional information included in this notice. Quotations are being requested and a solicitation package will be issued upon request. Solicitation Number DAHA45-01-Q-0002 is issued as a request for quotation, is a 100% small business set-aside and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-20. The associated SIC is 7549 and the business size standard is $5.M. The NAIC for this is 811121. This will be an all or none firm-fixed price contract. The Washington Army National Guard has a requirement to customize/ convert a HMMWV to include the following items: HEADUNIT: 1 AM/FM radio with detachable faceplate and auxilary input capability (comparable to a Panasonic CDQ-DF-800) with at the minimum an 8-disk CD changer (comparable to a Panasonic CXPD-801). MOBILE VIDEO SYSTEM & PA: to include the following components; 1 ea VHS player (AVP-7180 or equal), three (3) 5" LCD video monitors, one (1) 9" or larger AC/DC compatible TV, one (1) video distribution amplifier, one (1) A/B switcher, one (1) A/B switcher with volume control, three (3) brackets for LCD video monitors and one (1) wireless microphone headset. CAR AUDIO AMPLIFIERS: to include three (3) 1500 watt amps (Memphis Class D Model 1100-D or equal) and two (2) four channel 500 watt amps (Memphis ST3004 or equal). SPEAKERS: six (6) 15" sub woofers, six (6) 3" 2-way HI-FI speakers with crossovers, two (2) 8" multi synch 2-way HI-FI speakers with crossovers, two (2) 4" multi synch 2-way HI-FI speakers with crossovers. (All speakers Memphis HP Pro or equal) SECURITY SYSTEM: One (1) system with 120db siren and LCD warning and radar sensor (Hornet Model 720 or equal). MATERIALS: appropriate to construct boxes to house all of the above items, covered with formica. All wiring associated with all audio, video and accessories. Factory leather vinyl wrapped after market console. PAINT AND BODYWORK: Priming, Three (3) color paint scheme (Sikkins High Gloss Base Coat/Clear Coat (4 coat base/4 coat clear) or equal), solid interior color to match exterior color, undercarriage to be flat black, clear plexiglass to seal turret opening, seat fabric to match paint scheme and labor to construct covers for supplied seats, to include embroidery of vehicle name (Cascade Cruiser) on each seat. 20% black tinted windows. VINYL GRAPHICS: to include all sides of the vehicle, a metal sign in rear hatch, holographic and solid color vinyl applied in layers. Photographs depicting similar if not same lettering and design will be supplied upon request. WHEELS AND TIRES: Four (4) all-terrain 36" 1450X16 tires, four (4) 8 lug ton GM pattern polished wheels. ACCESSORIES: Two (2) auxiliary 12 volt (gel cell) batteries, One (1) AC/DC power converter, one (1) high output alternator, one (1) 30' reel cord, one (1) custom wrapped steering wheel. Custom neon lighting for interior and undercarriage. Input ports for laptop computers and Sony Playstation and/or Nintendo 64 Game system. LABOR: All labor associated with designing, construction and installation of the listed items, to include a 1 year warranty. All work to be completed by one vendor, within 60 calendar days of receipt of vehicle. All parts, in addition to Manufacturer's warranty; to be warranted for at least a period of one (1) year from date of acceptance of finished vehicle. Warranty of both parts and labor to include all transportation, shipping, labor and material from date of acceptance, maximum of 5 working days to correct. Photographs depicting similar vehicles that have been done and a detailed listing of lettering for vinyl graphics including "YOU CAN" logo, can be provided upon request to interest vendors by calling the POC listed at the beginning of this notice. If you have any questions of a technical nature, please contact the POC for a copy of a Solicitation/RFQ/ Bid Request for Information. The procurement will be awarded to the responsible offeror whose offer represents the "best value" to the Government. The best value determination will be made on the basis of (1) quality, (2) price and (3) past performance. The Government will assess each offeror on the basis of the following criteria, listed in descending order of relative importance: (1) Demonstrated record of satisfactory quality craftsmanship and product durability; (2) price (this includes all associated cost necessary to accomplish this work including transportaiton) (3) Demonstrated satisfactory performance in the type of work described in this solicitation. The Government considers an offeror's quality to be substantially more important than its price. In addition to their pricing, contractors shall include with their offer a report addressing their quality of work and past performance record. Demonstration of quality of work should include pictures/details of workmanship. Past performance shall include the name, phone number and Point of Contact for a minimum of three firms that work has been performed for in the past twelve months. The report shall not exceed a quantity of 35 pages. Reports that exceed 35 pages shall not be reviewed and shall be considered non responsive. Winning vendor will provide artwork proof prior to painting of vehicle. Offerors must also submit with their quotation, in accordance with FAR 52.212-3, a signed Offeror Representations and Certifications -- Commercial Items. This certification can be downloaded from www.arnet.gov/far at Part 52. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items. FAR Clause 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration, and DFARS Clause 252.204-7004, Required Central Contractor Registration apply to this acquisition. Additionally, the following FAR provisions are applicable: 52.212-1, Instructions to Offerors _ Commercial; 52.212 -2, Evaluation _ Commercial Items; 52.212-4, Contract Terms and Conditions _ Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders _ Commercial Items. Any amendments to this solicitation will be provided to all contractors expressing an interest for this acquisition. Quotations are due at the following address by 3:00PM, local time, on 11 April 2001. Mail/Delivery to USPFO-PC, Building #32, Camp Murray, Tacoma, WA 98430. Quotations may also be faxed to 253-512-8009.
Record
Loren Data Corp. 20010403/KSOL002.HTM (W-089 SN50H8D4)

K - Modification of Equipment Index  |  Issue Index |
Created on March 30, 2001 by Loren Data Corp. -- info@ld.com