Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2008 FBO #2503
SOLICITATION NOTICE

62 -- OI Unmarked Vehicle Upfit

Notice Date
10/1/2008
 
Notice Type
Presolicitation
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Headquarters, Environmental Protection Agency, Headquarters Procurement Operations Division, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
RFQ-DC-08-00287
 
Response Due
10/9/2009
 
Archive Date
11/9/2009
 
Point of Contact
Point of Contact, Hugh Sullivan, Purchasing Agent, Phone (202) 564-1763<br />
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 453998 UNITED STATES ENVIRONMENTAL PROTECTION AGENCYWASHINGTON, D.C. 20460 OFFICE OF ADMINISTRATION AND RESOURCES MANAGEMENT 1 October 2008 REQUEST FOR QUOTATION "Acquisition and Installation of Motorola Open-Face Mini-U XTVA Vehicular Adapters and Undercover Lights and Sirens in Office of Inspector General, Office of Investigations Undercover Vehicles" This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. The solicitation number is RFQ-DC-08-00287 and is being issued as a Request for Quotation (RFQ) in conjunction with FAR Part 13, Simplified Acquisition Procedures. The United States Environmental Protection Agency (US EPA) is seeking vendors to provide and install emergency lights and sirens in 17 undercover vehicles and Motorola XTVA Open-Face Mini-U Vehicular Adapters in 23 undercover vehicles (please see enclosed matrix). The anticipated award will be a firm fixed-price Purchase Order. The following provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.222-39, FAR 52.232-33, FAR 52.222-41 and FAR 52.222-42. All prospective quoters shall include a completed copy of the provision at 52.212-3. Quoters may also complete the representation and certifications at https://orca.bpn.gov/. *This document can be found in its entirety at HTTP://EPA.GOV/OAMHPOD1/ADMIN_PLACEMENT/OIUPFIT/INDEX.HTM The mission of the U. S. Environmental Protection Agency (EPA) is to protect public health and safeguard the environment of the United States. As a member office of the President's Council on Integrity and Efficiency (PCIE), the Office of Inspector General, Office of Investigations (OIG/OI) supports this mission as it manages, sets policy, coordinates, and has overall responsibility for criminal investigations of allegations of: 1. Financial fraud involving procurement, contractors, grantees, and other recipients of Agency funds; 2. Criminal wrongdoing involving Agency employees and programs, laboratory fraud, and computer crimes; and 3. Computer forensic examinations and media analysis to identify, investigate, and help counter illegal intrusions into EPA's computer systems. The OIG/OI seeks acquisition and installation of undercover lights and sirens and Motorola XTVA Open-Face Mini-U vehicular adapters and associated equipment as stated in the requirements sections below. The following document outlines, at a minimum, the required items and services for this acquisition, delivery/installation time and location of work, award criteria, and any special requirements relating to this action. Please provide a fixed price quotation of all proposed costs for delivery/installation, terms of warranty on the items and installation. Award of a fixed price Purchase Order is anticipated by the Government. Quotations shall be evaluated using "best-value" approach. All evaluation factors, including price, shall be considered equally. Evaluation factors are: 1) The ability to deliver and/or install undercover lights, sirens, radio vehicular adapters and antennas in vehicles (as applicable) in an area within approximately a 60 mile drive from where the vehicles are garaged; 2) In order to reduce downtime of the vehicles, the ability to install radio equipment and lights and siren equipment at the same time; 3) Recognition by Motorola as an authorized Motorola Product Reseller and installer; 4) Terms of warranty on equipment and installation. REQUIREMENT PART I: MOTOROLA XTVA OPEN-FACE MINI-U VEHICULAR ADAPTER AND ASSOCIATED EQUIPMENT *Note: "Brand-Name -Purchases" - This requirement for Motorola Brand-Name items is made in accordance with of FAR Part 13.106 (b)(1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand name or industrial mobilization)." Justification for Motorola Brand-Name Purchase Motorola portable radios (XTS 5000) are currently in use by OIG/OI Field Investigators. The purchase of Motorola brand radio accessories, specifically compatible with existing radios is justified in order to meet the Continuity of Operations, reliability and safety requirements of working in a dynamic environment. If vehicular adapters manufactured by other companies were purchased, existing radios would need to be replaced. This would cause great and undue expense to the Government.DESCRIPTION: Motorola Radio Equipment for 23 OIG/OI Vehicles:A. Motorola XTVA Vehicular Adapter, IMBE Open Face Mini-U XTS 3000/5000a. Motorola Q760 Next Generation Mobile Microphoneb. Motorola NLD 1976 VHF Radio Frequency Power Amplifieri. 35 Watt outputii. 136-174 MHz.c. Motorola NTN 8327 RF (Antenna Switch)d. Motorola NTN 8270 Tool Wrenche. Motorola HSN 1006 External Speaker for Car Kit PART II: LIGHTS AND SIRENS AND RADIO ANTENNAS TO OUTFIT UNDERCOVER OIG/OI VEHICLES *Note: "Brand-Name or Equivalent Purchases" - To provide for full and open competition under this acquisition, prospective contractors are given the opportunity to offer products other than those specifically referenced by brand name/model, as long as those products meet the needs of the Government in essentially the same manner as those referenced under this description. Known acceptable brands/models are referenced as follows: DESCRIPTION: Lights and Siren Equipment for 17 OIG/OI Undercover Vehicles: A. Whelen 295SLSA6 Siren Kita. Siren amplifier/control head with integrated light control switches.b. Light control switches should have minimum 15 Amp current capacity per switch to directly supply electrical current to the controlled warning light unless i and ii, below are met.i. Light controllers using lower amperage switches, designed to activate relays rather than directly activating lights, will be considered if relays that are rated to safely carry the current draw of the lights are also offered.ii. Some vehicles may have factory-installed relays for controlling lightbars, etc. However some may not. The siren model suggested does not require relays for light control. Systems that require relays and safely meet the requirements of the Government may be considered. B. Whelen Projector Series SA 315P Siren Speaker w/Mount Kita. Different vehicle makes/models/years may require different speaker mounting hardware. It is the responsibility of the contractor to ensure that mounting hardware is compatible with the vehicle on which it is installed.b. Speaker capacity must be rated to handle power output of siren amplifier.c. Speaker shall be mounted behind grill C. Whelen S6903333 90 Watt 4 Bulb Corner Clear Strobe Kita. Request Waterproof connector option D. Whelen UHF 2150A Headlight Flashera. Not all headlight flashers are compatible with all vehicle makes/models/years. It is the responsibility of the contractor to ensure that the headlight flasher is compatible with the vehicle on which it is installed. E. Whelen SLPMMRB Super-LED Slim Lighter for Rear Window Red/Blue F. Whelen SMLLBR Slim Miser LED Dash Light Blue/Red G. Whelen 20R00FRR 4" Flashing Red Round LEDa. w/ 2FLANGEB black surface mount trim ringb. Installation required behind grill H. Whelen 20B00FBR 4" Flashing Blue Round LEDa. w/ 2FLANGEB black surface mount trim ringb. Installation required behind grill I. Panavise 727-06SF Slimline 6" Mount (for Siren/Light Control Head)a. Floor mounted under dash easily accessible to driver. DESCRIPTION: Covert Glass Mount Antennas for 23 OIG/OI Undercover Vehicles: A. Sti-Co GLMT-SB-VHF Glass Mount Covert Antenna 136-174 (SUVs 150-174) MHza. NOTE: Seven of the 23 vehicles requiring antennas are SUVs. Antennas manufactured for SUVs are usually not compatible with sedans and vice-versa. Antennas that are not compatible with the vehicles for which they are proposed will not be accepted.b. Antennas shall be compatible with the Motorola Vehicular Adapter systems detailed in Part 1.c. The antenna shall be able to transmit and receive the frequencies in use by OIG/OI Special Agents (between 150 and 174 MHz.). PART III: INSTALLATION OF LIGHTS, SIRENS, ANTENNAS AND MOTOROLA XTVA VEHICULAR ADAPTERS DESCRIPTION: Lights, Sirens and Radio Equipment shall be installed in the following OIG/OI undercover vehicles according to the following schedule (1 indicates item required for that vehicle): Line ItemMAKEMODELYEARGARAGEDLights/SirenXTVA, Antenna1ChevroletTrailblazer2006Boston112ChevroletTahoe2003Dallas113ChevroletImpala2004San Francisco014ChevroletImpala2005New York115ChevroletImpala2006Philadelphia116ChevroletImpala2006Philadelphia117ChevroletImpala2007Winchester, TN118ChevroletImpala2007Kansas City, KS119ChevroletImpala2007Arlington, VA0110DodgeAvenger2008Chicago1111DodgeAvenger2008Dallas1112DodgeCaravan2005Arlington, VA1113FordExplorer2004Chicago0114FordTaurus2006Cincinnati1115FordTaurus2005Research Triangle, NC1116FordTaurus2006Atlanta1117FordExplorer2004San Francisco1118FordCrown Victoria2006Atlanta0119FordCrown Victoria2004New York1120FordCrown Victoria2008Arlington0121FordCrown Victoria2007Washington, DC0122JeepLiberty2003Denver1123JeepLiberty2003Seattle11 A. General Installation Information:a. Lights and Siren equipment and radio equipment shall be installed in any one vehicle during the same, continuous time period, not to exceed three business days. b. Installation of all equipment in all vehicles shall be completed within 180 days (not including weekends and Federal Holidays) of award of the Purchase Order.c. Subcontractors, if required, shall meet or exceed the installation standards defined in this solicitation. B. Locations of Installations: The twenty-three vehicles are garaged in fifteen different locations throughout the Continental United States. a. Installation shall take place in the Contractor's facility.b. Facilities in which work will take place should be within 60 miles drive of the vehicle's garaged location.c. The Government shall be responsible for drop-off of vehicles requiring installation and pickup of vehicles after installation is complete. C. Installation of Motorola Radio Equipment and Sti-Co (or Equivalent) Antenna:a. The primary standard for the design and installation of the radios systems shall be in accordance with Motorola R56 standards and the furnished equipment installation documentation. i. This requirement is made to ensure that Motorola's warranty will be honored in the event of covered loss of service.ii. Should the equipment experience a covered failure during the period of the manufacturer's warranty, and installation is found to not be in accordance with Motorola R56 standards, the Contractor and any subcontractor utilized, shall be liable for any replacement and/or repair costs for that equipment.b. The Contractor, and any subcontractors, shall provide the necessary personnel resources, materials, and equipment to fulfill the requirements of this contract. c. The Contractor and any subcontractors shall have radio system specialists on staff who are properly trained in the installation, termination, and testing of Motorola mobile trunking equipment in accordance with equipment spec sheets and Motorola R56 standards. d. The Contractor and any subcontractors shall be authorized Motorola agencies to provide any required equipment warranty service.e. The Contractor and any subcontractors shall provide a warranty on installation work.f. The Contractor and any subcontractors shall adhere to all OSHA and local safety codes and regulations. D. Installation of Whelen Engineering (or Equivalent) Lights and Sirens and Necessary Mounting Hardware:a. The installation of emergency vehicle warning systems (lights and sirens) shall be in accordance with the manufacturer's applicable installation literature for each product.i. This requirement is made to ensure that the manufacturer's warranty will be honored in the event of covered loss of service.ii. Should the equipment experience a covered failure during the period of the manufacturer's warranty, and installation is found to not be in accordance with the manufacturer's installation literature, the Contractor and any subcontractor utilized, shall be liable for any replacement and/or repair costs for that equipment.b. The Contractor and any subcontractors shall provide the necessary personnel, resources, materials and equipment to fulfill the requirements of this contract.c. The Contractor and any subcontractors shall have personnel on staff who are trained in the installation and testing of automotive after-market electrical devices.d. The Contractor and any subcontractors shall provide a warranty on installation work.e.The Contractor and any subcontractors shall adhere to all OSHA and local safety codes and regulations. Shipping Address: To be determined at the time of award, according to the schedule of vehicles and locations as indicated in Part III: Installation of Lights, Sirens, Antennas and Motorola XTVA Vehicular Adapters (above). Instructions to Quoters: "Quotes are due Thursday October 16, 2008 at 2:00 PM ET."All contractors offering quotes must be registered in the Central Contractor Registration (http://www.ccr.gov), per FAR 52.204-7."For each vehicle installation quoted, please include:o Manufacturer of each item to be installedo Item/model numbero Price per itemo Overall installation charge for all items required for the vehicle"Please provide the manufacturer's technical specification sheets for all proposed equipment.o Specifications sheets shall include amperage, wattage and frequency ratings, as well as vehicle compatibility information for all functional parts, as applicable.o Failure to provide specification information as requested may disqualify a quote from competition."Quotes should be no longer than twenty-five (25) double-sided pages or fifty (50) single-sided pages, including specification sheet(s)."Each quote should include a cover sheet that gives a one-page summary description of the quote, including total price for all items/installations quoted."Quoters may submit quotes for vehicles in some or all locations. "Quotes should be submitted electronically to Hugh Sullivan, Contracting Specialist: sullivan.hugh@epa.gov or Bradley Austin, Contracting Officer: austin.bradley@epa.gov. "The Point of Contact for this procurement is Hugh Sullivan, Contracting Specialist: sullivan.hugh@epa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d60d14f43845993693ad1710a0305e0f&tab=core&_cview=1)
 
Record
SN01686461-W 20081003/081001221929-39e6a968b951e8d98743b741fe2d719b (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.