Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2007 FBO #2111
SPECIAL NOTICE

25 -- Retrofit of Five Vehicles

Notice Date
9/5/2007
 
Notice Type
Special Notice
 
NAICS
441310 — Automotive Parts and Accessories Stores
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSBP1007Q1447
 
Response Due
9/10/2007
 
Archive Date
9/25/2007
 
Description
The U.S. Customs and Border Protection, Laredo Border Patrol Sector intends to negotiate on a sole source basis with CCC Group, Inc., 5797 Dietrich Rd., San Antonio, TX 78219. CCC Group Inc. is the original installer of the infrared camera system and pneumatic control system used throughout Laredo Sector and its? substations for the purpose of maintaining uniformity throughout the sector?s fleet of scope trucks. The government intends to solicit and negotiate only with the source identified herein since they are the sole designer, fabricator, installer and currently performs repairs of the existing remote video surveillance scope truck fleet. This is not a notice for competitive proposals and no formal package is available, however, prospective contractors who believe they can successfully perform must provide specific detailed, technical documentation to support such claims and abilities to the Point of Contact for this notice prior to the closing date of this notification. Central Contractor Registration (CCR) applies to this acquisition. Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR website at http://www.ccr.gov. 52.212-4 Contract Terms and Conditions-Commercial Items; 52.222-41 Service Contract Act orf 1965, as amended; 52.232-1 Payments; 52.232-8 Discounts for Prompt Payment; 52.233-1 Disputes; 52-243-1 Changes ? Fixed Price Alternate II (APR 1984); 52-247-34 F.O.B. Destination and 52.249-1 Termination for Convenience of the Government. Wage Determination Number 2005-2519, applies to this acquisition and will be provided upon request. Quotes are due at the Procurement Office on September 10, 2007 by 3:00 PM Central Time. All responsible sources should submit a response to Patricia Pequeno, Customs and Border Protection, U.S. Border Patrol, 207 W. Del Mar Blvd., Laredo, TX 78041; or may email to: patricia.pequeno@dhs.gov; or may fax to (956) 764-3272. For additional questions, please contact Patricia Pequeno @ (956) 764-3282. See Statement of Work below: STATEMENT OF WORK 1.0 INTRODUCTION 1.1 Organization. 1.1.1 Identification. The Client Agency for this Statement of Work (SOW) is: U.S. Border Patrol 207 W. Del Mar Blvd Laredo, TX. 78041 1.1.2 Mission. The mission of the U.S. Border Patrol is to detect, identify and apprehend terrorist, terrorist weapons, including preventing Weapons of Mass Destruction (WMD) from entering the United States of America. Secondary to apprehending terrorists and detecting WMD, the Border Patrol enforces the immigration laws of the United States of America; the Border Patrol also interdicts narcotics, contraband and assists local, state and federal agencies. Laredo Sector is composed of the Sector Headquarters facility and other remote offices. 1.2 Project Background and Objectives. Background. The Border Patrol Laredo Sector?s (LRT) operation is concentrated along the Texas border with station facilities as far north as Euless, TX. Objectives. The Border Patrol is interested in retrofitting five Scope trucks bed rack mast assembly systems, three (3) Dodges, 1500, full side bed and two (2) Ford, S350, full side bed to accommodate a new camera bundle. 2.0 TECHNICAL SERVICES REQUIRED Task description. The contractor shall design, fabricate, furnish, and install the following: This project consists of retrofitting an eight foot rack for the bed of a truck that will house a 5?5? +/- 3? mast with a day and night camera 23? L 23?W and 41?H. to include a Pan/ Tilt. Mast must be able to transit between 0 deg (nested) to 90 deg. Deployed. Fabricate, modified existing door to include door actuator and camera cradle foam nest for storing/protecting the camera. A door will be installed across the width of the bed which saves 1? on each side of the bed. The door will open and close to protect the mast and camera assembly from the environment and to maintain a low profile while on public streets. Contractor (s) shall furnish all supplies utilized for task administration purposes. The contractor shall supervise any contract or subcontract personnel and make work assignments. 3.0 SPECIAL INSTRUCTIONS The Contractor (s) shall warrant that it has checked its proposal for error and omissions and that all labor supplies, material and equipment needed in performing the specifications are correctly priced and itemized. All responses to this statement of work must address each defined requirement and should follow the same outline format and numbering scheme to assist us in evaluating responses. All proposals shall itemize costs for sets, cable, installation labor, and shall reflect total purchase price. The Point of Contact (POC) shall inspect the installation. A Contractor?s authorized signature shall be required. Any deviations from the specifications described in this statement of work shall be explicitly noted, explained and offered for the Government?s consideration. All bids must be good for sixty days. 4.0 POINT OF CONTACTS Patricia Pequeno, Contracting Officer (CO), (956) 764-3282 Ruben Aguilar, Field Telecommunciation Officer (FTO), (956) 764-3279 5.0 PERIOD OF PERFORMANCE Completion within 90 days from receipt of purchase order. 6.0 WARRANTY Warranty duration is for year after all work has been accepted by POC. Contractor must provide warranty on all parts and labor for a minimum of 12 months. Contractor shall provide warranty statement in their proposal. 7.0 EVALUATION CRITERIA One firm-fixed price delivery order will be made to the lowest priced technically acceptable, responsive and responsible offeror, whose proposal will meet the Governments requirement. 8.0 PAYMENT Contract will be paid by Purchase Order and payment will be made within 30 days after inspection and acceptance of work by POC and receipt of a signed original invoice. No invoicing from contractor shall be submitted until work is completed.
 
Place of Performance
Address: 207 W. Del Mar Blvd., Laredo, TX
Zip Code: 78041
Country: UNITED STATES
 
Record
SN01395107-W 20070907/070905220536 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.