The RFP Database
New business relationships start here

LAVO Outfit Law Enforcement Vehicles


Colorado, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Combined Synopsis/Solicitation No. 140P8418Q0040
Outfit Law Enforcement Vehicles
Lassen Volcanic National Park
Mineral, California

This is a combined synopsis/solicitation for the installation of government furnished light bars, cages, rifle and shotgun mounts and other equipment, a commercial service, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-97 of January 24, 2018. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is 140P8418Q0040 and the solicitation is issued as a request for quotation (RFQ). The acquisition is reserved exclusively for small business concerns. The North American Standard Industrial Classifications System Code is 811118 and the size standard is $7.5 million.

DESCRIPTION: The Contractor shall furnish the necessary personnel, materials, services, and appurtenances as necessary to successfully complete the work per the description below. See Statement of Work.

DELIVERY: The work will be performed in the contractor’s facilities. Indicate on the Quote Sheet if your firm can pick up and return the vehicles to Mineral, CA.

PERIOD OF PERFORMANCE: May 30, 2018 – September 30, 2018 (Estimated). Installation by vendor will begin within 10 business days of government receiving car from GSA and the vehicle will be ready within 30 days after arrival at contractor's facility.
 
PAYMENT: The vendor must submit invoices via the IPP payment system. Payment will be made by electronic funds transfer generated by the US Treasury.

TERMS AND CONDITIONS: TERMS AND CONDITIONS: The following FAR provisions and clauses apply: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control Offeror 52.204-18, Commercial and Government Entity Code Maintenance 52.204-20, Predecessor of Offeror 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless “Certs & Reps” section of the contractor’s www.sam.gov record is completed in full) 52.212-4, Contract Terms and Conditions -- Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (within 52.212-5, applicable clauses are the following: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.222-22, Previous Contracts and Compliance Reports 52.222-41, Service Contract Labor Standards (41 U.S.C. chapter 67.) See USDOL Wage Determination 2015-5675 (Rev.-5) 52.222-42, Statement of Equivalent Rates for Federal Hires This Statement is for Information Only: It is not a Wage Determination Employee Class WG-5876-07; Monetary Wage $21.81 -- Fringe Benefits $7.19 52.222-25, Affirmative Action Compliance 52.222-55, Minimum Wages Under Executive Order 13658 52.222-62, Paid Sick Leave Under Executive Order 13706 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.217-5, Evaluation of Options 52.217-7, Option for Increased Quantity -- Separately Priced Line Item (120 days) 52.217-8, Option to Extend Services (120 days) 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.242-15, Stop-Work Order 52.242-17, Government Delay of Work Full text versions of all FAR references and clauses are available at https://www.acquisition.gov/far/.

Electronic Invoicing and Payment Requirements – Invoice Processing Platform (IPP) (Apr 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: VENDOR’S ITEMIZED INVOICE. Failure to attach the required documentation as specified above will result in the IPP invoice being rejected. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.

INSTRUCTIONS TO OFFERORS: Quotations are due Friday, May 4, 2018 at 4:00 PM, PT to the attention of: Jack Northcutt, Contracting Officer, Crater Lake National Park at email: jack_northcutt@nps.gov

EVALUATION FACTORS FOR AWARD 1. The Government will award a contract resulting from this Solicitation to the responsible offeror whose offer conforming to the Solicitation will be most advantageous to the Government, on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors.
2. All non-cost factors will be evaluated on a pass/fail basis. Best value is expected to result from the selection of the technically acceptable quotation with the lowest evaluated price.
3. In addition, the Contracting Officer will evaluate certain foreseeable costs incurred by the National Park Service (NPS).  These costs will vary with the location of contractor's facility. For the purpose of evaluation only, costs will be added to the offeror's overall quoted price. These elements of foreseeable costs consist of the NPS Personnel Costs to shuttle eight vehicles to the contractor's facility from Lassen Volcanic National Park, if necessary.
4. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

THE POINT OF CONTACT FOR THIS SOLICITATION IS: Jack Northcutt, Contracting Officer, Crater Lake National Park, telephone: 541-883-6884; email: jack_northcutt@nps.gov

Do NOT contact or send quotes to the default Contracting Office Address in Denver, Colorado

Quotation Package (What to Submit) One original shall be submitted and shall include the following:
1. Completed Quote Sheet (attached, below)
2. Acknowledgement of Amendments: Acknowledge all RFQ amendments (if any are posted) using one of the methods set forth in Block 11 of the amendment, Standard Form 30.

To be eligible for award, Offerors must have an active SAM record at http://www.sam.gov at the time of award, including the completed “Reps & Certs” section within their online active SAM record.

Email quotes to the attention of: Jack_Northcutt@nps.gov . Quotes will only be accepted through electronic mail. Documents required by this solicitation must be uploaded and received in their entirety no later than the closing date and time of this solicitation. NOTE: It is the responsibility of the contractor to verify that any emailed quotes have been delivered/received by the Contracting Officer listed above on or before the closing date/time of the RFQ. If you have any questions, please contact the Contracting Officer by April 30.

STATEMENT OF WORK The Contractor shall furnish the necessary personnel, materials, services, and appurtenances as necessary to successfully complete the work per the description below.
DESCRIPTION OF WORK: The Contractor will be responsible for removal of emergency equipment from vehicles being replaced (Chevy LD Pick Up, two 2014 Ford Expedition and one 2012 Ford Expedition). Vendor will install a combination of stripped equipment and new replacement equipment provided by the government on three 2018 Tahoes and one CM K1500 SVV. The government will provide all equipment. The contractor will supply all incidental supplies, such as hardware, wires, connectors and fuses necessary to complete the work.
Three 2018 Tahoe LE Vehicles
Overhead light bar; cage (only Tahoes), rifle and shotgun mounts; rear cargo screen; center radio console with radio, siren control box and PA; radio antenna, mirror lights, grill lights, and driving light bar; radar control head and front radar antenna. In the rear of the vehicle install and mount rear side window lights, rear window lights, and rear radar antenna. Installation by vendor will begin within 10 business days of government receiving car from GSA and the vehicle will be ready for pickup 30 days after initial start install date.
One 2018 Chevrolet Silverado SSV SVV No light bar, front push bumper, radar or cargo screen. Will be a small internal light bar that goes along the interior passenger side and flashing lights mounted in rear window. Government will provide all major gear for the builds. This will include: Federal Signals light bar; Setina cage; rear cargo screen; Troy brand center console; light and siren control boxes from Sound Off Signal in center console; gun locks for AR-15 and shotgun; front Setina push bar; Rigid brand driving light bar mounted to front push bar; siren; flashing lights in front grill, side windows and under side view mirror; head light flasher control box; Radar head with rear and front facing antennae; Bendix King radio with external roof antenna

RFQ No. 140P8418Q0040 QUOTE SHEET Outfit Law Enforcement Vehicles Lassen Volcanic National Park Mineral, California

Company name:
DUNS number:
Contact name, phone number and e-mail:
Acknowledgement of amendments (if any):
Can you pick up and deliver the four new vehicles? (Yes/No):
Line Item Description Qty Unit Price
00010 Outfit Tahoe LE Vehicles 3 EA__________
00020 Outfit GM K1500 SSV LE Pickup 1 EA __________
00030 Option: Additional Services 1 HR __________
 
Email to: Jack_Northcutt@nps.gov NLT 4:00 PM (PT) May 4, 2018


Jack Northcutt, Contracting Officer, Phone (541) 883-6884, Email jack_northcutt@nps.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP