Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
SOLICITATION NOTICE

62 -- Law Enforcement Vehicular Lighting Supply and Installation

Notice Date
8/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Western Regional Office Division of Acquistion - Western2600 N. Central Avenue, 4th Floor Phoenix AZ 85004
 
ZIP Code
85004
 
Solicitation Number
RMH00100105
 
Response Due
9/1/2010
 
Archive Date
8/24/2011
 
Point of Contact
Santiago Almaraz Contract Specialist 6023793796 santiago.almaraz@bia.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for the purchase of supply and installation of vehicular lighting as identified in the below Statement of Work and in accordance with the Federal Acquisitions Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement for the Department of the Interior (DOI), Bureau of Indian Affairs (BIA), Western Regional Office (WRO). The DOI/BIA/WRO has a requirement for the purchase of supply and installation of vehicular lighting on a current BIA Office of Justice Services 2003 Freightliner Mobile Command Center as specficied below for the Bureau of Indian Affairs Justice Services located in Phoenix, Arizona. This notice is hereby issued as RFQ No. RMH00100105. This constitutes the only Request for Quote (RFQ) that will be issued and a separate RFQ will not be issued. All responsible sources are encouraged to submit a quote. Quotes shall be submitted to Santiago Almaraz, Contract Specialist, at 2600 N. Central Avenue 4th Floor or emailed to santiago.almaraz@bia.gov by close of business, 4:30 PM, Arizona Local Time, on Wednesday, September 1, 2010. This solicitation is identified as Full and Open Competitive. The NAICS code for this acquisition is 336321. DOI/BIA/WRO is seeking the following supplies and services. All supplies and services proposed must meet specifications identified below, however proposals may include specifications above those cited. Quotes must be valid for a minimum of 30 days. If you have any questions please contact by EMAIL ONLY: santiago.almaraz@bia.gov. Statement of Work (SOW): All components and equipment, including wiring shall be mounted per manufacturer's recommendations, and must meet all federal, state and local standards. All workmanship shall meet the highest industry standards and be performed by professional emergency equipment installers. No substitutions may be made to this specification. This shall be an all inclusive proposal awarded to one vendor. This request shall be for a 2003 Freightliner Mobile Command Vehicle. Installation shall take place not more than a 50 mile radius of Phoenix, AZ. LIGHT BAR:54 inch, with extended corners, four flashing corner LED modules, Red/Red (driver side) and blue/ blue (passenger side) no rear facing LED modules. alley lights,(LED 500 lumens), Take Down Lights (LED 500 lumens) Clear domes, must be weather sealed, five year warranty, all LED must be generation three. Mounting kit must be included. No rear facing LED's HID CONVERSION KIT:200 MM Retangular Chrome Housing, Bi-Xenon HID high/low Conversion kit, HID Xenon 32,000 Lumens, 35 watt, Pair, 5 year warranty TURN SIGNAL:Pedestal mount LED lamp, Amber LED to Front, Red LED to rear for parking, stop, turn, 25 diodes per side and 2 amber diodes for side markers. Chrome housing. Front turn signals only. 5 year warranty. Two(2) Amber LED lights to be mounted on the right and left side of the Command vehicle to indicate lane change. Must flash with other turn signal lights. 5 year warranty DRIVING LIGHTS:5" rectangular housing, chrome, with adjustable tilt mounting bracket, 1400 Lumens, Spot Pattern White LED's will be mounted on front bumper. Must be for off road, not to be used for on road lighting. DRIVER SIDE LIGHTING:Mounting:Two(2) LED red 9x6" surface mount, chrome housing, 12 diode, clear lensTwo(2) LED white 9x6" surface mount, chrome housing, 12 diode, clear lens One(1) Red 5x4" LED surface mount, chrome housing, 12 diode clear lens PASSENGER SIDE LIGHTING:Two(2) LED blue 9x6" surface mount, chrome housing, 12 diode clear lensTwo(2) LED white 9x6" surface mount, chrome housing, 12 diode clear lensOne(1) Blue 5x4" LED, surface mount, chrome housing 12 diode clear lens REAR LIGHTING:One(1) LED red 9x6" surface mount, chrome housing, 12 diode clear lensOne(1) LED Blue 9x6" surface mount, chrome housing, 12 diode clear lensTwo(2) LED Amber 9x6" surface mount, chrome housing, 12 diode clear lensLED white bulb for license plate bracket GROUND LIGHTING:Six(6) 5" rectangular housing, adjustable bracket, 1400 Lumens, flood pattern, white LED SWITCH BOX:Must have Five(5) heavy duty 12 v lighted rocker switches to be mounted on dash board on command vehicle DECALS:"United States Bureau of Indian Affairs Mobile Command " mounted on driver and passenger side of mobile command vehicle. "United States Bureau of Indian Affairs Police" to be mounted on back on mobile command vehicle. Blue in color, 75 candle power reflective, 5 year warranty against fading. BIA will assist in Design WIRE HARNESS SPECIFICATION: All emergency equipment will be mounted and wired up to a wiring harness and fuse panel, all to terminate at Controller/Radio and other equipment within the console. All hardware is to be installed with a securely mounted service loop to ease future service. All trunk mounted equipment shall be mounted on a sliding tray mounted on the upper deck of the trunk. Wire harness specifications (B): All wire is to be color coded with no repeats in color on same gauge of wire. Any wiring of same color and size must be differentiated by a continuous trace of different color. All wire shall be clearly labeled every three inches as to identify purpose said wire. Wire shall be of SXL (cross linked polyolefin insulated) XLP type and meet the following specifications 1.Freightliner wire specifications2.Heat resistant rates according to SAE-11283.Abrasion Resistance rating to meet or exceed MILT-54384.Must NOT void vehicle warranty5.Wire specifications The wiring harness/fuse panel shall be modular in design. It shall include all power wires & any trigger or activation wires so that no extra wires are outside the harness. This harness is to include all under hood wiring, strobe, back flash, rear light kill wires, gunlock, MDT pre wire, cell phone, scanner, etc. Additional labeled power wires not currently used shall be wired into the harness to facilitate future equipment upgrades. Future use power wires shall have fuse terminal locations pre-existing in the modular fuse panel. All fuse terminal connectors shall be crimped with a Molex connector and wired to run without interruption to the hardware it controls. Butt and crimp connectors must be nylon (not vinyl) and usage kept to a minimum throughout the vehicle. No push on terminals of any type, specifically Scotch-Loc, or T-Tap connectors are to be used within the harness. Every item within the vehicle must be individually fused within the modular panel and any fuses over 30 amps in value shall be a maxi-fuse. Each component wiring must be sized to handle at least 125% of that circuit capacity. All wire runs are to be within factory wiring channels, and secured every 6 inches at a minimum. Extra wiring is to be cut short; still allowing a service loop, but no bundles of wire under the carpet, dash, or trunk will be acceptable, nor will any exposed wiring. The panel itself must be secured to the passenger side inner fender and have the headlight flasher, solenoid, and power tamer contained within the panel. No fuses shall be mounted in any other location within the vehicle. The headlight flasher and power tamer shall be mounted beneath the panel so as to protect them from moisture. This panel and all electrical wiring contained can be replaced as a single unit. A single 4-gauge power wire shall be wired directly to the battery positive terminal from the solenoid. By disconnecting this single wire all after market equipment will be disconnected from the factory electrical system. All power wires from the modular fuse panel shall then connect to the backside of the solenoid, which is controlled by the power tamer. Seven (7) of the ATO fuses within the panel shall be hot all the time, with the remainder on the timed circuit. A minimum of four Maxi fuses shall be wired into the panel as well. All future use wiring in the electrical harness shall be neatly contained within the back of the consol body. All wiring runs, equipment locations, and fuse layouts are to be identical on every unit, and a diagram must be provided with every vehicle. The diagram shall be CAD generated and a sample must be sent for approval prior to build out. The diagram shall be tri-folded and placed in a protective pouch clearly marked as "Wiring Diagram" and placed in the vehicle glove box. A lid covering the fuse panel shall indicate the location and function of each fuse within the panel, including future use wiring and values. All supplemental wiring shall meet the same standard as the modular wire harness, i.e., Quality, Labeling & Specifications, (Horn ring, Brake Light Kill, All Strobes activation wires, wig-wag, radio, etc) all supplemental wiring is to be continuous runs with no cable extension other than at the hardware it is wired to. The master ground is to be an (8) gauge wire connecting from the factory ground terminal behind the passenger "B" pillar kick panel and run in the console, terminating with a common ground bolt in the console. All grounds not wired to the common ground shall use star type lock washers at the ground end, i.e. head light flasher, strobe power supply. No barrier strip grounding is permitted. END SOW: CONTRACT CLAUSES: This notice hereby issued as RFQ No. RMH00100105. This RFQ will be conducted as a commercial item acquisition in accordance with FAR Part 12. The following provisions and clauses are incorporated and in effect through Federal Acquisition Circular (FAC) 2005-26. The FAR clauses and provisions are incorporated into this acquisition shall be: 52.212-1 Instructions to Offerors - Commercial Items (June 2008); 52.212-3 Offeror Representations and Certifications - Commercial Items (June 2008); 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2008), which incorporates the following clauses: 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-26 Equal Opportunity; 52.225-1 Buy American Act-Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. FAR clauses are available on the internet website http://farsite.hill.af.mil. In order to register with the CCR and ORCA and become eligible to received an award, all offerors must possess a Duns and Bradstreet Number. A Duns and Bradstreet Number may be acquired free of charge by contacting Duns and Bradstreet at http://www.dnb.com or by phone at (800)333-0505.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMH00100105/listing.html)
 
Place of Performance
Address: Phoenix, AZ
Zip Code: 85004
 
Record
SN02252045-W 20100826/100824234755-22d75270b1b14e73b2c13999be42af3a (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.