|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 18,1999 PSA#2305Department of the Treasury, Internal Revenue Service, 6009 Oxon Hill
Road, Suite 700, ATTN: M:P, Oxon Hill, MD 20745 59 -- SURVEILLANCE VEHICLE CONVERSION SOL TIRNO-99-R-00029 DUE 043099
POC Donald Chauncey 202-283-0286 DESC: This is a combined
synopisis/solicitation for commercial items prepared in accordance with
format in Subpart 12.6, as supplemented in this notice. This
announcement constitutes the only solicitation to be issued, proposals
are being requested for this announcement; a written solicitation will
not be issued. (ii) The Request For Proposal Number is
TIRNO-99-R-00029. This procurement is 100% set aside for Small Business
Concerns. (iii) This solicitation and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular. (iv)
Standard Industrialization Code (SIC) of 3679 is applied. (v) TBD.
(vi) The Internal Revenue Service requires the modification of various
type of Service owned surveillance vehicles such as mini vans, sport
utility vehicles, full size vans, pick up truck caps and shells, etc.
The vehicles will be furnished as Government Furnished Equipment and
will be accepted and inspected by Government personnel at the
successful offeror's site. The minimum quantity is for one vehicle,
with maximum of 25 vehicles per year. The possibility also exists for
other agencies to require conversion of vehicles as well. Proposals
shall include, at a minimum the following: A list of all audio and
visual surveillance equipment, including various transmitters, to
include the specification sheets. Transmitters shall be 12.5mhz analog
P25 complain; type of cooling and heating system, alarm system,
antenna, rustproofing, stabilization system, battery power supply,
battery charger, inverter, periscope (on full size vans), ventilation
system, vehicle interior housing conversions, interior flooring, wall
and ceiling, master console unit (workstation), auxiliary vehicle
ignition and accelerator, storage, lighting. Proposal shall include the
design/layout for each type of vehicle as well as schematic drawings
with measurements. Proposal shall include the warranties for all items
proposed as well a literature/specification sheets for all items.
Installation shall carry a minimum of one year warranty. Line Items are
to be proposed in two categories: with heating systems and without
heating systems. The proposals shals contain a line item for a 2 day
training of Government personnel on audio, visual and transmitters once
installed. An hourly labor rate for installation is to be included in
the event the Government requires the installation of new technology,
not proposed. Two-way communication systems including the antenna(s)
will be provided by the Government as GFE, however the systems should
be shown overall design of the interior of the vehicles. The proposed
two-way communication systems will have the following dimensions:
H3.4", W 6.5", D 1.7". The dimensions do not include the provided
mounting brackets. The proposal shall also state the time to complete
each type of conversion. Prospective offerors shall provide the
following information: current pricing of materials to convert each
vehicle, payment terms, Cage Code, Dun & Bradstreet and taxpayer I.D.
number (TIN). The period of performance is from October 1, 1999 through
September 30, 2000 with four (4) one (1) year options. (vii)
Solicitation provision at FAR 52.212-1, Instructions to Offerors
-Commercial Items (June 1997) is hereby incorporated by reference.
(viii) Solicitation provision at FAR 52.212-2(a), Evaluation-Commercial
Items is hereby incorporated by reference. The following factors shall
be used to evaluate offers: (1) Past Performance, (2) Technical
Proposal, and (3) Site Visit. Technical Proposal -- design and layout
of vehicles, technical performance of devises, e.g. audio/visual, state
of the art/cutting edge technology. It also includes the ability to
convert multiple vehicles at the same time. Past Performance is a
listing of same or similar work performed as well as past experience
with law enforcement agencies. Points of contact for each agency is
required. Past Performance Points of Contact are due to the Contracting
Officer by 4:00 p.m. est 3/31/98. Site Visit to include the security of
the facility, along with the ability to store several vehicles if
necessary. Past Performance is significantly more important than
Technical Proposal. Technical proposal is more important than Site
Visit. Technical is significantly more important than price factors
combined. Multiple Awards may be made, if more than one offer is deemed
to be most advantageous to the Government. One Original proposals and
four (4) copies are due by Friday April 30, 1999. (ix) Offerors are
reminded to include a complete copy of the provision at FAR 52.212-3,
Offeror Representations and Certifications -- Commercial Items (Jan
1997) with proposal. (x) Clause 52.212-4, Contract Terms and Conditions
-- Commercial items (May 1997) is hereby incorporated by reference.
(xi) Clause 52.212-5 Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items (Aug 1996),
is hereby incorporated by reference. The following paragraphs apply to
this solicitation and any resultant contract: 52.203-13; 52.222-35;
52.222-36, and 52.222-37. Additional Contract Terms and Conditions
applicable to this procurement is Type of Contract-Firm Fixed Price
Indefinite Delivery Indefinite Quantity. Questions should be addressed
to: Donald Chauncey, Contracting Officer 202-283-0286, (fax
202-283-1514) Internal Revenue Service, A/C Procurement, 6009 Oxon Hill
Road, Room 700, M:P:O:S, Oxon Hill, MD 20745. Posted 03/16/99
(W-SN309171). (0075) Loren Data Corp. http://www.ld.com (SYN# 0276 19990318\59-0003.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|