Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2002 FBO #0298
SOLICITATION NOTICE

N -- Remove, Replace, and Install Land Mobile Radio, Siren, Light, communication systems.

Notice Date
9/24/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
02Q158
 
Response Due
9/26/2002
 
Archive Date
10/11/2002
 
Point of Contact
Thomas Campbell, Contracting Officer, Phone (202) 406-6940, Fax (202) 406-6801, - Thomas Campbell, Contracting Officer, Phone (202) 406-6940, Fax (202) 406-6801,
 
E-Mail Address
tcampbell@usss.treas.gov, tcampbell@usss.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW Subpart 12.6, with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. RFQ 02Q158 is hereby issued for this requirement through FAC 01-09. The NAICS code is 44131 "Automotive Parts and Accessories Stores", and the small business size standard is $6.0 M. This is a short suspense requirement. The USSS has an urgent requirement for approximately 215 work requests in total for the removal and, or installation of Land Mobile Radio Communications systems and accessories e.g. various Emergency Light packages. Work to be scheduled not later than seventy-two (72) hours after request. Equipment includes but is not limited to the following: "Motorola, and Ericsson", and Series: "Astro Spectra, and Spectra". Effort shall be performed in the Washington Metropolitan Area at the Governments discretion at the Contractor's and/or various USSS or Government's facilities in Laurel, MD; Landover, MD; or Washington, DC. The radio, siren, associated hardware, and installation specification/checklist will be provided by the Government. Contractor shall provide all labor, equipment, facilities and incidental materials. Evidence of citizenship, driver's license, insurance and DISCO secret clearance required. Offeror must complete prices for the following 20 Contract Line Items. Unit of measure is "Each". Item 0001 Install Radio (Standard) $_____; Item 0002 Install Radio (Devices and mounting disguised) $_____; Item 0003 Install Radio and Siren Standard $_____; Item 0004 Install Radio and Siren (Devices and mounting disguised) $_____; Item 0005 Install Siren Standard (Use in conjunction with existing Radio system) $_____; Item 0006 Stand Alone Siren System Install (Use independently of Radio system)$_____; Item 0007 Install Light Bar System $_____; Item 0008 Install Light Bar and Siren System $_____; Item 0009 Install High Beam Headlight Wig-Wag Systems without daytime running Lights $_____; Item 0010 Install High Beam Headlight Wig-Wag Systems with daytime running Lights $_____; Item 0011 Install flashing Grill Light System $_____; Item 0012 Remove Radio System Equipment (either Standard and Disguised systems); Item 0013 Remove Radio & Siren Equipment (either Standard and Disguised systems) $_____; Item 0014 Remove Stand Alone Siren System $_____; Item 0015 Remove Light Bar System $_____; Item 0016 Remove Light Bar and Siren System $_____; Item 0017 Remove Grill Light system $_____; Item 0018 Remove Headlight High Beam Wig-Wag System and restore the Headlight High Beams to normal operation $_____; Item 0019 Replacement of Radio, Siren, or other Major component of Communications System e.g. Radio unit, the Siren Amplifier unit, and the Control Head unit $_____; and Item 0020 Loaded Hourly Labor Rate Custom Installations ( for example Emergency Strobe lights mounted in various parts of the vehicle (side windows, front and/or rear window, inside headlight assemblies, rear light Wig-Wags, Hands Free Cellular Telephone kits with and/or without external antenna, and custom configured console units, etc.) $_____per hour; A001 Data/As-built wiring diagrams $ Not-Separately Priced. Required time for each installation shall not exceed three (3) hours. Required time for removal/replacement shall not exceed two hours. The estimated Period of Performance is date of award through 12 months, and this action is not expected to exceed the simplified acquisition threshold. Applicable FAR Provisions & Clauses: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-2, Paragraph (a) insert: "The following technical evaluation factors are all equally important: 1) Relevant corporate experience, and 2) Past performance. However, the technical evaluation factors, when combined, are significantly more important than price. The basis for award is best value to the Secret Service. In doing so, the Government may award to other than the lowest priced quote or other than the highest technically rated quote. In selecting an Awardee from that request for quote, the Government will conduct a tradeoff process similar to that described at FAR Subpart 15.101-1 "Tradeoff process" to determine which company will receive contract award. Regarding Past Performance Evaluation, your company's past performance will be evaluated under existing and prior contracts for similar products and services. The Government will focus on information that demonstrates quality of performance relative to the complexity of the procurement under consideration. Sources other than those identified by your company in your quote may also be contacted or accessed by the Government, with the information received/retrieved by the Government used in the Government's evaluation of your company's past performance. Provide three (3) Past Performance references for similar efforts for in-progress or completed work within the past 3 years." FAR 52.212-3, Offeror Representations and Certifications; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. The following Clauses cited in 52.212-5 are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act-Supplies; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR Provisions & Clauses via World Wide Web at: www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and Clauses will not be accepted. Quotations must contain the following: 1) Pricing for each CLIN cited above; 2) completed and signed copy of FAR 52.212-3, Offeror Representations and Certifications, and 3) Corporate experience and Past Performance information. Please note: Offerors may forward quotes to tcampbell@usss.treas.gov. or fax to (202) 406-6801, Attn: T. Campbell. Address quotes delivered by UPS, FedEx, or Courier to: U.S. Secret Service, Attn: Procurement Div. - T. Campbell, 950 H St., NW, Washington, DC 20223. Address quotes delivered by the U.S. Postal Service (USPS) only to: Communications Center - PRO, Attn: T. Campbell, P.O. Box 6500, Springfield, VA 22150 because the USSS is not receiving any deliveries from the USPS at the 950 H St. address. All written quotes are to be received no later than 2:00 P.M. (EST), Thursday September 26, 2002. See Numbered Notes 1, and 25.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/TREAS/USSS/PDDC20229/02Q158/listing.html)
 
Place of Performance
Address: Washington DC Metropolitan Area (including Maryland, and N. Virginia)
Zip Code: 20708
 
Record
SN00175257-F 20020926/020924221508 (fbodaily.com)
 
Source
FedBizOpps.gov 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.