The RFP Database
New business relationships start here

Automotive Modifications


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

1. This is a Sources Sought announcement for market research and planning purposes.  The announcement should not be construed as a Request for Proposals.  The Florida National Guard is conducting market research to ascertain the interest and capabilities of small business firms to provide aftermarket automotive enhancements to emergency vehicles.
2. Scope of Services: The Florida Army National Guard (FLARNG) requires non-personal services to add features to emergency response vehicles that improves the safety and accomplishment of public service to affected communities.  The contractor shall provide all personnel, equipment, supplies, tools, materials and supervision required to make the following automotive improvements.
3.  Truck Modifications
a. Bumper Mount with Debris Guard –Product Salient Characteristics
- The following is provided as a guide to obtain, at a MINIMUM or EQUAL to the
following specifications- Installed bumper must include debris guard, welded one piece construction using ¼” – 3/16” thick steel, integrated winch mounting structure rated for use with heavy duty winches. - Welded eyelets for D shackles - Generous tire clearance that accommodates oversize tires - Integrated light ports, and light mounting holes on top of the bumper - Black powder coat finish with undercoat for durability, and it must be commercial duty rated and fleet approved. - Bolt on installation - Debris guards will be used to assist with route clearing and prevent damage to vehicles when responding to areas that may be blocked by storm debris. (15total trucks)
b. Winch –- Product Salient Characteristics 
-The following is provided as a guide to obtain, at a MINIMUM or EQUAL to, the following specifications- - The winch must be able to mount onto the installed steel bumper and have
8,000 to 16,500 lb pulling capacity. - Include 80 ft of 3/8 in synthetic rope or steel cable
- 18,000 lb capacity hook - LED thermometric indicator for operator feedback
- Large frame winch mounts with feet forward - Contractor control for reliable electronics,
- Efficient series-wound motor - Three stage planetary gear train and cone brake.
- Bolt on to debris guard - Used for route clearance, vehicle self-extraction, life safety in high angles, and ground anchor for high ropes rescue. (15 total trucks)
c. Wheel-to-Wheel Side Steps –Product Salient Characteristics- 
The following is provided as a guide to obtain, at a MINIMUM or EQUAL to, the following specifications- - Side steps must include step pads for safety and prevent slipping. - Must include bed step and be a 3-5 inch straight oval side step. - Powder coated, black steel, with welded end caps and a rocker panel mount.  (15 total trucks) - Bolt on - Installation of wheel to wheel side steps is for safe access in and out of cab of truck while wearing full PPE, for protection against debris damaging bottom side of doors and rescue lights, and ease of access into the bed of the truck from either side.
4. Truck and Trailer Modifications (Electrical)
a. - Trucks - 1000 SW Inverter (15 trucks) - LED Red/White Emergency Lights (15 trucks)
- Siren and PA System (15 trucks) - Safety LED Light Package (15 trucks) - Go Light (15 trucks)
b. - Trailers
- LED Red/White Emergency Lights (15 trailers)
5. The contractor shall be liable in providing qualified skilled personnel to accomplish all modifications.  The contractor shall indicate whether services to be performed at their place of business or mobile capabilities will be offered.  Contractor shall indicate schedule of work to be performed.
6. Set asides and codes:  The project is classified through the North American Industry Classification (NAICS) under code 336999, 336390 and 336320 with a size standard of 1000.
7. The Government anticipates awarding firm fixed priced contracts.
8. The Government is considering the use of full and open completion procedures after exclusion of sources (i.e. set-aside for this contract. Solicitations will result in a single or multiple fixed price contracts.)
This announcement does not restrict the Government as to the ultimate acquisition approach.  The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.  A contractor will neither be pre-qualified nor excluded from the competition based upon any information in response of this announcement.
9. A bidders list will not be generated from replies to this announcement.  Contractors will not automatically receive a solicitation package as a result of replying to this announcement.
10. Solicitation will eventually be publicized at the Federal Business Opportunities website  www.fbo.gov .
11. Interested firms should complete the Sources Sought Information Request Form.  Please return the completed sheets and other requested information to the contract specialist by email to Verdis.l.hall.mil@mail.mil .  Place the words Market Research for W911YN on the subject line of your message.  Your response is requested by 1000 hrs on May 24, 2017 for consideration in acquisition planning for the notated needs.  This is also an open notice for response for consideration in acquisition for future like needs.

Verdis L. Hall, Contract Specialist, Email verdis.l.hall.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP