The RFP Database
New business relationships start here

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. 140P8418Q0054
Outfit Law Enforcement Vehicles
Lassen Volcanic National Park (LAVO)
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 2005-98 of May 31, 2018.  Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is 140P8418Q0054 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. 


SCOPE: The National Park Service (NPS) has a requirement for the installation of emergency equipment (i.e., lights and sirens) on law enforcement vehicles leased from the General Services Administration (GSA). In addition, some of the vehicles being returned to GSA will require the removal of equipment. The Contractor shall furnish the necessary personnel, materials, services, and appurtenances as necessary to successfully complete the work per the description below.


STATEMENT OF WORK: 
DECOMMISSIONING
Emergency equipment removed from retired vehicles is the property of the U.S. Government and shall be turned over to the division representative. Equipment should be removed in such a way as to allow reuse and installation on new vehicles listed above. A-post spotlights shall not be removed from retired vehicles. 





Task



Equipment



Chevy Pickup



2014 Ford Expeditions (2)



2012 Ford Expedition





1



Remove control console



X



X



X





2



Remove light bar and associated wiring



 



X



X





3



Remove PA speaker, siren, and associated wiring



X



X



X





4



Remove external radio antenna and associated cable



X



X



X





5



Remove and return to factory functionality front wig-wags, rear flashers, front strobes



X



X



X





6



Remove front and rear cage/partitions



 



X



X





7



Remove radar control box, display, antenna and associated wiring



 



X



 





8



Patch all holes in vehicle roof



X



X



X





9



Reinstall available factory components which may have been removed during original emergency installation.



X



X



X





INSTALLATION - GENERAL REQUIREMENTS
The government will provide all equipment.  The contractor will supply all incidental supplies, such as hardware, conductors, connectors and fuses necessary to complete the work.  The contractor must utilize quality wiring, equipment, metal material and custom fabrication when integrating law enforcement packages into vehicles. 

Each installation shall meet to the following standards. This is not all inclusive of every quality measure that will be checked for, but should be used as a guideline of the quality expected. All work performed will be in accordance with the standards established by the Consumer Electronics Association (CEA), Mobile Electronics Certified Professional (MECP) and the National Institute for Automotive Service Excellence (ASE). 

All grounding locations are required to use "star washers" under the ring terminal. All grounds will be checked for tightness and correct crimping as per MECP best practices for making low and high current connections. Do not share factory grounding points with aftermarket equipment to minimize the risk of damage to OEM and aftermarket equipment. If an open or unused grounding point is unavailable, please use a nut and bolt as opposed to using self-tapping screws into metal. Sand or scuff the paint at the grounding points to ensure a good connection. Minimize the fail points of the installation wherever possible by minimal use of wire extensions and butt splices.  Extension of light bar control cables is unacceptable as is the extension of wires that were cut too short off the spool. All crimp points need to be checked for proper crimps. The seam of the connector cannot be spread apart after the crimp. Also the dimple of the crimp needs to be 180 degrees offset from the connector seam. Any and all outside wire connections made (i.e. siren speaker, grille lights, inserts, wig wag, etc.) will need to be made with weather proof connectors or heat shrink used ½" on either side of the connection. All wire runs that are out in the open and not tucked away under or behind a panel will need to be placed inside of black wire loom, zip tied to a factory wire harness (where applicable) or the framing to keep wires runs in a neat and consistent fashion. Any pass-through wiring (wires that pass through a hole in metal) will need to have a rubber grommet installed at the pass through to prevent wire chafing and accidental grounding as well as silicone used to prevent water intrusion.
All wire termination points will need 6" of extra wire or slack for any repairs that need to be made to equipment. The extra wiring will need to be neatly secured near the connection point to provide a clean install. All wiring runs will need to be zip tied, electrical taped, or loomed together where applicable. "Rats nest" wiring is not acceptable. All equipment installed will be inspected for functionality and security. All parts need to be secured properly with the appropriate hardware that is in compliance with the part manufacturer and standards set by MECCP best practices. All wires and cabling will need to be run in a way that is free from pinch points, retaining clips. Sharp objects including metal edges, tucked away so the wires are not seen and checked for any cuts in the wire insulation where grounding can cause performance issues. Every wire connection needs to be checked for proper seating and correct wiring.

Light lenses must be cleaned and debris removed from the holes that were drilled for lighting inserts.  All trim screws need to be replaced when removed for installation of equipment. If any retaining clips, trim or interior panels, or dash panels are damaged and /or broken during the removal process, they will need to be replaced with an OEM equivalent or better. All panels and interior trim need to be fitted properly and correctly seated in position. No carpet bulges. All carpeting must be flush and no wires run under or around vehicle pedals or moving components where vehicle operator is seated. If wire or cabling needs to be run in this area, please run and use multiple secured on all wires above drivers feet, behind knee bolster as far away as you can get it from moving parts. All dash pieces need to be properly seated and free of damage. If installation requires modification or holes drilled in the dash, the contractor will need to get prior approval from the contracting officer. All OEM components will need to be checked for functionality prior to and after the installation has taken place. Please note any warning lights on the instrument cluster that may be on prior to the install. Do not perform the install if any warning light stays lit 10 seconds after the vehicle is started (with the exception of the TPMS light). Inform the agency of the light and have them make the necessary repairs prior to the install.

The vehicle cannot have any warning lights illuminated on the instrument cluster after the install (again with the acceptation of the TPMS light). All antenna coax ends will need to be properly crimped as per MECP best practices. There will need to be 6" of extra coax in addition to strain relief for repairs. Strain reliefs must be used on all microphone cables to prevent damage to cable ends. Check weather stripping for proper seating if removed. Vehicle will be checked for any exterior and interior damage before and after installation. If you notice any damage, please inform the agency before performing the install. The contractor may be held liable for any damage that occurs to the vehicle while it is in their possession. All areas where fasteners are used to mount equipment will need to be checked on both sides of the mounting surface prior to drilling to prevent accidentally running in to a wire harness or OEM/ aftermarket components. Vehicle must be completely cleaned inside where the installation has taken place. All metal shavings must be removed from carpet areas, drip trays, and other surfaces. An anti-rust inhibitor must be used where pass through holes are drilled through metal (i.e. light bar cabling hole, firewall pass through, and NMO coax holes). No splicing of vehicle factory wiring will be an acceptable practice of installation.

EQUIPMENT INSTALLATION - 2018 CHEVROLET TAHOES (2)





Item



Qty



Equipment



NPS Provides New



NPS Provides Used





1



2



Federal Signals Legend Lightbar



X


 



2



2



Cage



X


 



3



2



Weapons System - rifle & shotgun mounts


 

X





4



2



Partition - rear cargo screen


 

X





5



2



Console Box - Center radio console


 

X





6



2



BK Radio


 

X





7



2



Sound Off Signal siren control & PA



X


 



8



2



Radio Antenna


 

X





9



2



Mirror Lights



X


 



10



2



Grill Lights



X


 



11



2



Driving Light Bar


 

X





12



1



Radar Control Head


 

X





13



1



Front Radar Antenna


 

X





14



2



Rear Side Window Lights



X


 



15



2



Rear Window Lights



X


 



16



1



Rear Radar Antenna


 

X





17



2



Handgun Safe


 

X





18



2



Siren Speaker


 

X





EQUIPMENT INSTALLATION - 2018 FORD F-150





Item



Qty



Equipment



NPS Provides New



NPS Provides Used





1



1



Federal Signals Internal Lightbar



X



 





2



1



Rear Window Lights



X


 



4



1



Troy Products Center Console


 

X





6



1



light and siren control boxes from Sound Off Signal



X


 



7



1



Gun Locks for AR-15 & shotgun


 

X





9



1



Rigid Driving Light Bar mounted to grill


 

X





10



1



Siren


 

X





11



1



Flashing Lights in front grill



X


 



12



1



flashing lights in side windows



X


 



13



1



flashing lights under side view mirror



X


 



17



1



BK Radio


 

X





18



1



Radio Antenna


 

X





OPTIONS:  Crater Lake National Park may receive four 2018 Chevrolet Tahoes in the next 90 days.  The outfitting requirements will be similar or identical.

DELIVERY: The work will be performed in the contractor's facilities. 


PERIOD OF PERFORMANCE: July 9, 2018 - September 30, 2018 (Estimated).  


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 Thursday, June 21, 2018 at 4:00 PM, PT to the attention of: Jack Northcutt, Contracting Officer, Crater Lake National Park at email: jack_northcutt@nps.gov. Quotations must include the following information: 


Company name
Company DUNS number
Contact name, phone number and e-mail
Acknowledgement of all RFQ Amendments (if any are posted) 


Quotations must be sent to e-mail address: jack_northcutt@nps.gov before the closing date and time. Confirmation of receipt of quotes sent via e-mail is the sole responsibility of the Contractor (if you have not received confirmation acknowledgement of your quote submitted by return e-mail, you must contact Contract Specialist for confirmation).  Any quotation received after 4:00 pm Pacific Time will be considered late and will not be further considered. 


QUOTATION PACKAGE (WHAT TO SUBMIT) 


One original shall be submitted and shall include the following:
1.  Completed Quote Sheet (Attachment 1, below)
2.  Completed Past Performance Form (Attachment 2, below) 


OFFER EVALUATION/OPTION(S): 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, price and other factors considered.  The following factors will be used to evaluate offers:
1.  Price - Use Attachment 1
2.  Past Performance (an offeror's or contractor's performance on active and physically completed contracts) as evidenced by providing current contact information for the list of jobs. Use Attachment 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.  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 vehicles to the contractor's facility from Lassen Volcanic National Park. Relative Importance of Evaluation Factors: Non-price factors are equal to price. 


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

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. 

RFQ No. 140P8418Q0054 ATTACHMENT 1: 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):____________________

NOTICE: Offerors are required to submit, at a minimum, a quotation that conforms to the solicitation documents with pricing for all items. Failure to do so may render this quotation unacceptable.  

Line Item        Description                        Qty      Unit     Unit Price           Subtotal

00010       Decommision Vehicles              3          EA   $_________   $_________ 

00020       Outfit Tahoe LE Vehicles           2          EA   $_________   $_________ 

00030       Outfit Ford F-150 LE Pickup      1          EA   $___________ $_________ 

00040       Option: Additional Services      1          HR   $___________ $_________

00050       Option: Additional Tahoe(s)     4          EA    $___________ $________ 





Email to Jack_Northcutt@nps.gov NLT 4:00 PM (PT) June 21, 2018




RFQ No. 140P8418Q0054 ATTACHMENT 2: EXPERIENCE & PAST PERFORMANCE



Company name:____________________________________



DUNS number:____________________________________

Contact name, phone number and e-mail:________________________________


 Use this form to demonstrate your successful past experience of relevant jobs that compare favorably to the work offered in this project.  List jobs of similar nature/scope as performed within the last three years. Refer to the Evaluation Factors in the RFQ. Use as many copies of this Form, or an equivalent, as may be required.  Attach additional documents as needed. 






CONTRACT NO:




 




AGENCY OR OWNER:




 






CONTACT PERSON:




 




CONTACT PHONE NO.




 






CONTACT EMAIL:




 




 




 






DESCRIPTION OF WORK:






 






 






 






 






 






CONTRACT NO:




 




AGENCY OR OWNER:




 






CONTACT PERSON:




 




CONTACT PHONE NO.




 






CONTACT EMAIL:




 




 




 






DESCRIPTION OF WORK:






 






 






 






 






 






CONTRACT NO:




 




AGENCY OR OWNER:




 






CONTACT PERSON:




 




CONTACT PHONE NO.




 






CONTACT EMAIL:




 




 




 






DESCRIPTION OF WORK:






 






 






 






 






 


 




 


 


 


 


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