SOLICITATION NOTICE
J -- Commissioning of U.S. Park Police Vehicles, includes equipment and labor services.
- Notice Date
- 5/31/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
- ZIP Code
- 20242
- Solicitation Number
- E12PS02316
- Response Due
- 6/21/2012
- Archive Date
- 5/31/2013
- Point of Contact
- Keith Boockholdt Contracting Officer 2026196394 Keith_Boockholdt@nps.gov; David L. Bagozzi Contract Specialist 2026197372 david_l_bagozzi@nps.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
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This acquisition is unrestricted and will be awarded as a firm-fixed price contract for Commercial Items using simplified acquisition procedures. U.S. Department of Labor Wage Rates, Wage Determination No.: 2005-2375; Revision No.: 11 Dated: 06/13/2011. Responses are due on or before 3:00 PM, June 21, 2012. The estimated magnitude of this procurement is between $500,000.00 and $700,000.00. The North American Industry Classification System (NAICS) Code is 336321. The United States Park Police (NYFO) would like to establish a contract with one contractor to perform all vehicle up-fitting services and equipment for all upcoming GSA AutoChoice police vehicles purchases. The contract will be awarded for initial year and subsequent four (4) option years based on performance. All parts installed must meet the specification set out in this statement of work. The current program of fleet ordering and replacement in the New York Field Office area is through GSA AutoChoice. The tasks described represent the anticipated level of work. The actual work will be dependent on funding availability and whether existing vehicles are replaced by GSA. All labor and contractor provided equipment shall be guaranteed for a period of at least one year. Vehicle standards are consistent with those available through the GSA AutoChoice Program. The vehicles will be purchased by the United States Park Police and dropped shipped to the contractor for installation. NOTE: The primary maintenance facility shall be within the New York City area, within 50 air miles range from 210 New York Avenue, Staten Island, New York. The primary maintenance facility shall be authorized by the manufacturer to provide maintenance on the vehicles, with supporting certification, or equivalent authorization and certification. Installer shall provide information with their offer to identify the proposed maintenance facility. The facility shall be located within 50 air miles range from 210 New York Avenue, Staten Island, New York City. The contractor must be registered in the Central Contractor Register and have a valid DUN and Bradstreet number. The United States Park Police is looking for a 360 approach and a one stop contractor to do all Law Enforcement vehicles (GM, Ford, Dodge), in the New York City area and have them up-fitted with lights, sirens, radio communication and rugged IT technology and then have them "ready to roll". Law enforcement, personnel have unique requirements for fleet vehicle up fitting and radio equipment to include characteristics such as ruggedness and reliability. The equipment must be able to work in extreme environments that include high levels of vibration and shock, wide temperature ranges, varying humidity, electromagnetic interference and voltage and current transients. The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this announcement and are available at www.arnet.gov. 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certification-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. Quotation submission requirements: Submitted quotations shall have a unit price for Base Year and four (4) option years. Use attached quote sheets for quote submissions. All quotes shall be submitted as an email for receipt no later than 3:00 P.M., ET, June 21, 2012. Submissions shall include and be clearly marked with the Request for Quotation Number. Offererors are hereby notified that if your quote is not received by the date and time and at the location specified in this announcement that it will be considered late. All offers should be sent to the National Park Service; National Capital Region (USPP), Office of Acquisition Management; Attn: Keith Boockholdt, (email: keith_boockholdt@nps.gov), Contract Specialist; Request for Quotation Number E12PS02316, 1100 Ohio Dr., SW, Washington, DC 20024. Quotes by telephone transmitted facsimile (fax) will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E12PS02316/listing.html)
- Place of Performance
- Address: Within 50 air mile radius of 210 New York Ave., Staten Island, New York
- Zip Code: 10305
- Zip Code: 10305
- Record
- SN02762898-W 20120602/120601000122-153be8ad3b4bdace30b1ec7bbe2a3677 (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 |