|
COMMERCE BUSINESS DAILY ISSUE OF JULY 7,1998 PSA#2131U.S. Department of Justice, Federal Bureau Of Investigation, J. Edgar
Hoover Building, Rm 6833, 935 Pennsylvania Ave., N.W., Washington, DC
20535-0001 K -- MODIFICATION OF EQUIPMENT SOL RFQ-80193 DUE 072498 POC Darlene W.
Robinson, Contract Specialist, (202)324-9220 This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Federal Acquisition Regulation (FAR) 12.6, as
supplemented with additional information included in this notice. The
announcement constitutes the only solicitation; proposals/bids are
being requested and a written solicitation will not be issued. This
solicitation is under the Request For Quotation (RFQ) Number 80193, the
provisions and clauses incorporated thur FAC 97-4. This solicitation is
under the Simplied Acquisition Procedures (SAP) Subpart 13, including
the Test Program,this will be a "full and open" competition. The
Standard Industrial Classification (SIC) Code is 3714 and the
qualification for a small business is 750 employees. This will be a
Firm Fixed Price contract. The FBI has a requirement for armoring four
(4) 1998 Jeep Grand Cherokee Laredos. The vehicles have already been
procured and will be provided to the contractor for armoring two weeks
after award of the contract. Once receivedby the contractor, the FBI
would like to take delivery of the first Jeep Cherokee Laredo within
two weeks and the remaining three Cherokees to be completed in one week
intervals. The contractor will armor the four (4) 1998 Jeep Cherokee
Laredos with state of the art ballistic materials to provide the
specified "level II" of protection. The protection should be equivalent
to the following international standards: EN 1063 European Standard-
B1, B2, B3, B4; DIN 52.290 German Standard- C1, C2, C3; NIJ 0108.01 --
National Institute of Justice Standard- 1, 2, 2A, 3A. The
aforementioned protection should be done to defeat the following
threats: Ballistics; UZI 9mm, Canadian 9mm, .44 Magnum, .357 Magnum,
.38 Super, 9mm Automatic. Total armor protection will consist of Opaque
and Transparent Armor. Opaque armor shall be applied to the following
areas: (1) Body Armor (Full Perimeter)- doors, roof rails, pillar
posts, headers, sail panels, rear tailgate areas, quarter panel areas,
and rear wheel housing, all vulnerable areas will be reinforced with
high hard ferrous and nonferrous metals, (2) Roof Area, (3) Floor
Armor. Transparent armor will be applied to the following areas: (1)
all original glass will be replaced and multilayered ballistic glass
will be installed with Polycarbonate inner layer to prevent spalling;
transparent armor in all areas will be 18mm thick, (a) windshield, (b)
all side glass, (3) cargo door glass. Special accessories and/or
enhancements for this vehicle will include: (1) front windows are to be
inoperable and bolted shut, (2) anti-ballistic wheel inserts
(run-flats) for all four tires and one spare tire, (3) anti-explosion
fuel tank, (4) bullet resistant battery, (5) locking gas cap, (6)
anti-theft alarm system (7) remote starter with bomb scan. Standard
commercial warranties for parts and labor are required. The evaluation
criteria is listed in its importance (1) technical capabilities, (2)
facilities, (3) past performance (furnished four (4) references from
state, local, or federal government or private industry ) and (4)
price. The evaluation of quotations and the determination as to quality
of the product shall be the responsibility of the government and will
be based on information furnished by the vendor. The purchasing
activity is not responsible for locating or securing any information
which is not identified in the quotation and reasonably available to
the purchasing activity. To ensure sufficient information is available,
the vendor must furnish, as a part of the quotation, all descriptive
material (such as cuts, illustrations, drawings, or other information)
necessary for the purchasing activity to determine whether the
products meet the requirement. The provisions at FAR 52.212-1,
Instruction to Offeror-Commercial Items (Apr 1998) shall apply.
Addendum to FAR 52.212-1 shall apply: Paragraph (h) Multiple
Awards-Delete entire paragraph. The Government plans to award a single
contract resulting from this solicitation. The provision at FAR
52.212-2 Evaluation-Commercial Items (Oct 1997) shall apply. Addendum
52.212-2 Paragraph (a) the Government will award a contract resulting
from this solicitation which will be most advantageous to the
Government, price and other factors considered shall apply. Offeror
Representations and Certifications -- Commercial Items FAR 52.212-3
(Jan 1997) shall apply. Representation and Certification must accompany
each offer and can be obtained via the Internet at http://.far.npr.gov.
FAR Clauses 52.212-4 Contract Terms and Conditions-Commercial Items
(Apr 1998). FAR Clauses in paragraph (b) FAR 52.212-5, Contract Terms
and Conditions required to Implement Statutes of Executive Order --
Commercial Items (Apr 1998) will apply to the resultant contract:
52.203-10, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-8,
52.225-9, 52.225-10. All bids shall be submitted by close of business
on 7/24/98. Posted 07/02/98. (0183) Loren Data Corp. http://www.ld.com (SYN# 0052 19980707\K-0001.SOL)
K - Modification of Equipment Index Page
|
|