SOLICITATION NOTICE
25 -- LIGHTBAR AND SIREN SERVICE
- Notice Date
- 9/27/2007
- Notice Type
- Solicitation Notice
- NAICS
- 811198
— All Other Automotive Repair and Maintenance
- Contracting Office
- ACA, Fort Irwin, Directorate of Contracting, PO Box 105095, Fort Irwin, CA 92310-5095
- ZIP Code
- 92310-5095
- Solicitation Number
- W9124B-07-T-0075
- Response Due
- 9/29/2007
- Archive Date
- 11/28/2007
- Point of Contact
- DONNA PROCTOR, 760-380-5013
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote is W9124B-07-T-0075 issued as request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acqui sition Circular 2005-16 dated 22 March 07. The associated NAICS code is 811198. Contractor shall provide the following specific tasks: ITEM DESCRIPTION AND QUANTITY FOR FIRM FIXED PRICE (FFP) CLIN0001: Apply and remove law enforcement graphics on selected vehicles. The lettering and wording of the graphics shall be mutually agreed upo n by the Provost Marshal's authorized staff and vendor prior to the application and removal of the said graphics. Chief Mark Vander Bloomen at 760-380-3488 is the POC for the Provost Marshal's Office. The graphics should reflect Fort Irwin Police. The tota l cost for graphics, per vehicle, is the same cost regardless if the process is application or removal. CLIN0002: Paint Patrol Vehicle currently marked as Black & White. Return vehicle back to original, approved colors which is all WHITE. This particular v ehicle is the black & white Chevy Impala. The paint must be mutually agreed upon by the Provost Marshal's authorized staff and vendor prior to application and removal of the said paint. Chief Mark Vander Bloomen at 760-380-3488 is the POC for the Provost M arshal's Office. CLIN0003: Install and remove Spot lights on selected patrol vehicles. Recommended MAKE is Unity and MODEL Number is UL-205040-0002. All work must be mutually coordinated in advance between authorized representatives of both parties prior to the work being performed. If new equipment is required due to a change in vehicle make/model, the vendor shall procure a compatible spot light with the same price specified in this contract. The intent is that equipment is interchangeable, transferable so long as it is serviceable and well-matched to the new vehicle make/model. Chief Mark Vander Bloomen at 760-380-3488 is the POC for the Provost Marshal's Office. The total cost for spot lights, per vehicle, is the same cost regardless if the process is application or removal. CLIN0004 Install and remove Visor lights on selected patrol vehicles. Recommended MAKE is Code 3 and MODEL is Side Supervisor. All work must be mutually coordinated in advance between authorized representatives of both parties prior to the work being performed. If new equipment is required due to a change in vehicle make/model, the vendor shall procure a compatible Visor Lights with the same price specified in this contract. The intent is that equipment is interchangeable, transferab le so long as it is serviceable and well-matched to the new vehicle make/model. Chief Mark Vander Bloomen at 760-380-3488 is the POC for the Provost Marshal's Office. The total cost for visor lights, per vehicle, is the same cost regardless if the process is application or removal. CLIN0005: Install and remove Rear Deck Lights on selected patrol vehicles. Recommended MAKE is Federal and MODEL is Signal Master 328002. All work must be mutually coordinated in advance between authorized representatives of bot h parties prior to the work being performed. If new equipment is required due to a change in vehicle make/model, the vendor shall procure a compatible Rear Deck Lights with the same price specified in this contract. The intent is that equipment is intercha ngeable, transferable so long as it is serviceable and well-matched to the new vehicle make/model. Chief Mark Vander Bloomen at 760-380-3488 is the POC for the Provost Marshal's Office. The total cost for Rear Deck Lights, per vehicle, is the same cost reg ardless if the process is application or removal. CLIN0006: Install and remove LED Light Bars (Code 3) (2100) on selected patrol vehicles. Recommended MAKE is Federal and MODEL is Arjent/SL LED (LF-582004-XX). All work must be mutually coordinated in advance between authorized representatives of both parties prior to the work being performed. If new equipment is required due to a change in vehicle make/model, the vendor shall procure a compatible LED Light Bar with the same price specified in this contract. The intent is that equipment is interchangeable, transferable so long as it i s serviceable and well-matched to the new vehicle make/model. Chief Mark Vander Bloomen at 760-380-3488 is the POC for the Provost Marshal's Office. The total cost for LED Light Bars, per vehicle, is the same cost regardless if the process is installation or removal. CLIN0007: Install and remove Wigwags on selected patrol vehicles. Recommended MAKE is Whelen. All work must be mutually coordinated in advance between authorized representatives of both parties prior to the work being performed. If new equipme nt is required due to a change in vehicle make/model, the vendor shall procure a compatible Wigwags with the same price specified in this contract. The intent is that equipment is interchangeable, transferable so long as it is serviceable and well-matched to the new vehicle make/model. Chief Mark Vander Bloomen at 760-380-3488 is the POC for the Provost Marshal's Office. The total cost for wigwags, per vehicle, is the same cost regardless if the process is installation or removal. CLIN0008: Install and rem ove Corner Strobe Lights (Front & Rear) on selected patrol vehicles. Recommended MAKE is Whelen and MODEL is S660CCCC. All work must be mutually coordinated in advance between authorized representatives of both parties prior to the work being performed. If new equipment is required due to a change in vehicle make/model, the vendor shall procure a compatible Corner Strobe Lights with the same price specified in this contract. The intent is that equipment is interchangeable, transferable so long as it is serv iceable and well-matched to the new vehicle make/model. Chief Mark Vander Bloomen at 760-380-3488 is the POC for the Provost Marshal's Office. The total cost for Corner Strobe Lights (Front & Rear), per vehicle, is the same cost regardless if the process i s installation or removal. CLIN0009: Install and remove Sirens on selected patrol vehicles. Recommended MAKE is Whelen and MODEL is SR-AS124. All work must be mutually coordinated in advance between authorized representatives of both parties prior to the work being performed. If new equipment is required due to a change in vehicle make/model, the vendor shall procure a compatible Sirens with the same price specified in this contract. The intent is that equipment is interchangeable, transferable so long as it is serviceable and well-m atched to the new vehicle make/model. Chief Mark Vander Bloomen at 760-380-3488 is the POC for the Provost Marshal's Office. The total cost for Sirens, per vehicle, is the same cost regardless if the process is installation or removal. CLIN0010: Install and remove Cages on selected patrol vehicles. Recommended MAKE is Troy. All work must be mutually coordinated in advance between authorized representatives of both parties prior to the work being performed. If new equipment is required du e to a change in vehicle make/model, the vendor shall procure a compatible Cages with the same price specified in this contract. The intent is that equipment is interchangeable, transferable so long as it is serviceable and well-matched to the new vehicle make/model. Chief Mark Vander Bloomen at 760-380-3488 is the POC for the Provost Marshal's Office. The total cost for Cages, per vehicle, is the same cost regardless if the process is installation or removal. CLIN0011: Install and remove Console w/map lights on selected patrol vehicles. Recommended MAKE is Troy. All work must be mutually coordinated in advance between authorized representatives of both parties prior to the work being performed. If new equipment is required due to a change in vehicle make/model, the vendor shall procure a compatible Console w/ map lights, with the same price specified in this contract. The intent is that equipment is inte rchangeable, transferable so long as it is serviceable and well-matched to the new vehicle make/model. Chief Mark Vander Bloomen at 760-380-3488 is the POC for the Provost Marshal's Office. The total cost for Console w/ map lights, per vehicle, is the same cost regardless if the process is installation or removal. CLIN0012: Install and remove Light Controller (TM-4) on selected patrol vehicles. Recommended MAKE is Federal and MODEL is lTouch Masterm. All work must be mutually coordinated in advance between authorized representatives of both parties prior to the work being performed. If new equipment is required due to a change in vehicle make/model, the vendor shall procure a compatible Light Controller (TM-4) with the same price specified in this contract. The intent is that equipment is interchangeable, transferable so long as it is serviceable and well-matched to the new vehicle make/model. Chief Mark Vander Bloomen at 760-380-3488 is the POC for the Provost Marshal's Office. The total cost for Light Cont roller (TM-4), per vehicle, is the same cost regardless if the process is application or removal. CLIN0013: Install and remove Arrow Stick Controller on selected patrol vehicles. Recommended MAKE is Federal and MODEL is Signal Master. All work must be mutually coordinated in advance between authorized representatives of both parties prior to the work b eing performed. If new equipment is required due to a change in vehicle make/model, the vendor shall procure a compatible Arrow Stick Controller with the same price specified in this contract. The intent is that equipment is interchangeable, transferable s o long as it is serviceable and well-matched to the new vehicle make/model. Chief Mark Vander Bloomen at 760-380-3488 is the POC for the Provost Marshal's Office. The total cost for Arrow Stick Controller, per vehicle, is the same cost regardless if the pr ocess is application or removal. CLIN0014: Install and remove Mount (Kustom), Mobile Video System with Troybrand Sliding Trunk Mount on selected patrol vehicles. Install and mount only. Only change the mount if it is non-serviceable or unavailable. All work must be mutually coordinated in advance between authorized representatives of both parties prior to the work being performed. If new equipment (i.e. Slide Tray) is required due to a change in vehicle make/model, the vendor shall procure a compatible e quipment (Slide Tray) with the same price specified in this contract. Video systems (cameras) shall be provided by the Fort Irwin Provost Marshal's Office, to be installed by the vendor. The intent is that equipment is interchangeable, transferable so lon g as it is serviceable and well-matched to the new vehicle make/model. Chief Mark Vander Bloomen at 760-380-3488 is the POC for the Provost Marshal's Office. The total cost for Mount Camera (Kustom), per vehicle, is the same cost regardless if the process is application or removal. CLIN0015: Install and remove Mount Radar (Kustom) on selected patrol vehicles. Install and mount only. Only change the mount if it is non-serviceable or unavailable. All work must be mutually coordinated in advance between aut horized representatives of both parties prior to the work being performed. If new equipment (i.e. mount) is required due to a change in vehicle make/model, the vendor shall procure compatible radar mounts with the same price specified in this contract. Th e intent is that equipment is interchangeable, transferable so long as it is serviceable and well-matched to the new vehicle make/model. Chief Mark Vander Bloomen at 760-380-3488 is the POC for the Provost Marshal's Office. The total cost for Mount Radar ( Kustom), per vehicle, is the same cost regardless if the proc ess is application or removal. CLIN0016: Install and remove Shotgun Rack on selected patrol vehicles. All work must be mutually coordinated in advance between authorized representatives of both parties prior to the work being performed. If new equipment is required due to a change in ve hicle make/model, the vendor shall procure compatible Shotgun Rack with the same price specified in this contract. The intent is that equipment is interchangeable, transferable so long as it is serviceable and well-matched to the new vehicle make/model. Ch ief Mark Vander Bloomen at 760-380-3488 is the POC for the Provost Marshal's Office. The total cost for Shotgun Rack, per vehicle, is the same cost regardless if the process is application or removal. CLIN0017: Requested Period of Performance: Install an d remove Back Seat Cage on selected Military Working Dog / K-9 patrol vehicles. Recommended MAKE is Ray Allen and MODEL is lK-9 Cruise Ezem. All work must be mutually coordinated in advance between authorized representatives of both parties prior to the wo rk being performed. If new equipment is required due to a change in vehicle make/model, the vendor shall procure compatible Back Seat Cages with the same price specified in this contract. The intent is that equipment is interchangeable, transferable so lon g as it is serviceable and well-matched to the new vehicle make/model. Chief Mark Vander Bloomen at 760-380-3488 is the POC for the Provost Marshal's Office. The total cost for Back Seat Cages, per K-9 vehicle, is the same cost regardless if the process is application or removal. CLIN0018: Install and remove Bail Out System with heat monitor on selected Military Working Dog / K-9 patrol vehicles. Recommended MAKE is Ray Allen and MODEL is F3 / K9 Deployment / heat alert. All work must be mutually coordinat ed in advance between authorized representatives of both parties prior to the work being performed. If new equipment is required due to a change in vehicle make/model, the vendor shall procure compatible Bail Out Systems with the same price specified in th is contract. The intent is that equipment is interchangeable, transferable so long as it is serviceable and well-matched to the new vehicle make/model. Chief Mark Vander Bloomen at 760-380-3488 is the POC for the Provost Marshal's Office. The total cost fo r Bail Out System, per K-9 vehicle, is the same cost regardless if the process is application or removal. 25 May 2007, 28 May 2007, 29 May 2007, 30 May 2007, 31 May 2007, 1 June 2007, 2 June 2007, 4 June 2007, 5 June 2007 and 6 June 2007; The followin g provisions and clauses apply to this acquisition and the full text of these clauses and provisions may be viewed in full text at the following web site: http://farsite.hill.af.mil; 52.212-1, Instructions to Offerors-Commercial; 52.212-2, Evaluation-Comme rcial Items applies to this acquisition; 52.000-4014, Wage Determination-The Service Contract Act applies. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be m ost advantageous to the Government with technical capability a little more important than price being the factor considered; 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5 (DEV), Contract Terms and Conditions Required To Implement Sta tutes Or Executive Orders-Commercial Items; 252.212-7001 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.204-7004, Required Central Contractor Registration; 252.232-7003, Payment by Electronic Funds Transfer (CCR); 52.000-4005, Invoices and Payments; 52.212-3 Alt 1, Offeror Representations and Certifications-Commercial Items; and 52.252-1, Solicitation Provisions Incorporated by Reference; 52.217-8, Option to Extend Services; 52.217-9, Options to Extend the Terms of the Contract; 52.000-4000, Alternate Dispute Resolution; 52.204-9, Pe rsonal Identity Verification of Contractor Personnel; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-27, Contract Not Affected by Oral Agreement; 52.243-3 Changes-Time-and-Material or Labor Hours; 52.246-6, Inspecti on Time-and-Material and Labor Hour; 52.000-4029, Accounting for Contract Services-Contractor Manpower Reporting; Email or fax quote to Derrick Darden, by 10:00AM(PST), 29 Sep 2007, derrick.c.darden@irwin.army.mil or 760-380-3693; Voice: 760-380-3843.
- Place of Performance
- Address: ACA, Fort Irwin Directorate of Contracting, PO Box 105095 Fort Irwin CA
- Zip Code: 92310-5095
- Country: US
- Zip Code: 92310-5095
- Record
- SN01423043-W 20070929/070927225507 (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 |