Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2010 FBO #3057
SOURCES SOUGHT

J -- Emergency Vehicle Repair, Installation, and removal of electronic emergency equipment and other emergency vehicle response equipment.

Notice Date
4/6/2010
 
Notice Type
Sources Sought
 
NAICS
811118 — Other Automotive Mechanical and Electrical Repair and Maintenance
 
Contracting Office
Fort Carson DOC, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-10-R-0022
 
Response Due
4/9/2010
 
Archive Date
6/8/2010
 
Point of Contact
Kyle Swift, (719) 526-3181
 
E-Mail Address
Fort Carson DOC
(kyle.p.swift@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
(See Sttachments) (Sources Sought) Mission and Installation Contracting Command - Directorate of Contracting Fort Carson Colorado is conducting market research for the following: repair, installation and removal of electronic emergency equipment and other emergency vehicle response equipment to include but not limited to audible, visual emergency warning devices, cages, consoles, radio equipment, remote head radios, headsets, chargers, Knox boxes, Automatic Vehicle Locator (AVL) Devices, and Mobile Data Terminals (MDT) for Emergency Services vehicles. The requirement is for the Contractor to provide (CLIN 0001) installation packages for patrol cars, (CLIN 0002) installation packages for administrative cars, (CLIN 0003) installation packages for covert cars, (CLIN 0004) installation packages for patrol SUVs, (CLIN 0005) installation packages for administrative SUVs, (CLIN 0006) installation packages for covert SUVs, (CLIN 0007) installation packages for fire SUVs, (CLIN 0008) installation packages for administrative trucks, (CLIN 0009) installation packages for covert trucks, (CLIN 0010) installation packages for fire trucks, (CLIN 0011) installation packages for full size apparatus fire, (CLIN 0012) off post repair, and (CLIN 0013) Time and material CLIN for additional repairs, installations, and removal of equipment. Contractors sought shall be located no greater than 30 miles from Fort Carson, Colorado. Most of the repair and installation of the emergency vehicles will be on Fort Carson propoerty (CLINS 0001-0011). However, some repair and installation may need to take place at the contractors location (CLIN 0012). A period of performance of a 12-month base period plus four 12-month option periods is anticipated. The period of perfomrance for the base period is expected to be from 1 June 2010 through 31 May 2011. The primary purpose of this Sources Sought notice is for market research to determine the method of acquisition based on the availability and adequacy of potential sources prior to issuing the solicitation. The Governments determination on how to compete the proposed requirement will be made based on responses to this notice and is at the sole discretion of the Contracting Officer. The Government does not intend to award a contract on the basis of this notice or reimburse the costs incurred by potential offerors in providing the information requested herein. This is NOT a Request for Quotations (RFQ). Responses to this notice should include: 1) A written narrative of contractors capability to provide emergency vehicle maintenance and repair and/or marketing materials that identify the features of their particular enterprise; 2) Company size in relation to the applicable North American Industry Classification System code (NAICS) 811118 (Other Automotive Mechanical and Electrical Repair and Maintenance), size standard $7.0 Million; 3) Commercial and Government Entity (CAGE) Code; 4) The socioeconomic status of the company, i.e., Small Business Concern, 8(a) Business, HUB Zone Small business, woman-owned small business, or Service Disabled Veteran Owned Small Business; 5) Comments concerning the feasability of the Draft PWS, which can be found as an attachment to this announcement; and 6) Point of Contact information to include name, email address, telephone and fax numbers; 7) Past performance information for services performed that are similar in nature in scope. Include dollar value of the contract and whether you performed work as a prime or sub-contractor; 8) Discuss the percentage of work, based upon the draft PWS that you would be able to performed with your own workforce. Depending upon the type of contract issued FAR Clause 52.219-14, Limitation on Sub Contracting, may be included in any resulting solicitations. The responses must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirements. No telephone requests or requests for capability briefings will be honored as a result of this Sources Sought Notice. This information will be used only for market research purposes and will not be used as a part of proposal evaluation later. All information received will be protected and safeguarded as Acquisition/Source Selection Sensitive in accordance with FAR Part 3.104, Procurement Integrity. Responses to this notice are limited to five (5) pages, single sided, size 12 font and shall be e-mailed to the Contract Specialist, Kyle Swift at kyle.p.swift@us.army.mil. Please submit any questions in writing. All responses must be received no later than 5:00pm Mountain Time on 9 April 2010. Contracting Office Address: Mission and Installation Contracting Command, Directorate of Contracting, 1676 Evans St, Bldg. 1220, 3rd Floor, Fort Carson, CO 80913 (Performance Work Statement) 1. SCOPE: This Indefinite Delivery, Indefinite Quantity (IDIQ) requirement is for the repair, installation and removal of electronic emergency equipment and other emergency vehicle response equipment to include but not limited to audible, visual emergency warning devices, cages, consoles, radio equipment, remote head radios, headsets, chargers, Knox boxes, Automatic Vehicle Locator (AVL) Devices, and Mobile Data Terminals (MDT) for Fort Carson Directorate of Emergency Services (DES) vehicles. The types of vehicles may include but are not limited to SUV and Sedan law enforcement patrol vehicles, covert patrol vehicles, administrative vehicles, 1 ton brush apparatus, and Ariel ladder truck (fire truck). 2. WORK HOURS: The Directorate of Emergency Services (DES) regular work hours are from 9:00am to 5:00pm local time Monday through Friday except Federal holidays. All on-post work shall be performed during regular working hours, unless prior approval is obtained from the Contracting Officer or designated representative. Emergency circumstances may occur which require the contractor to perform actions outside of normal working hours. Emergency work is detailed in paragraphs 7.1. through 7.3. 3. GOVERNMENT FURNISHED PROPERTY: 3.1. The Government will provide an outdoor paved workspace at Fort Carsons Police Station or Fire Department. One of these sites will be used for all on-post repairs. During on-post repairs in conditions of inclement weather, the Contracting Officer Representative (COR) shall attempt to locate a vehicle bay (garage) on post for the contractor to perform work. 3.2. Government will provide contractor access to the DES facilities for use of bathrooms, water fountains and break area at the site work is being performed. 3.3. All Motorola brand radios and MDTs will be Government furnished. The Government will provide the personnel to program or modify existing programming on this equipment. 4. CONTRACTOR REQUIREMENTS: 4.1. The Contractors facility where all off-post work will be performed shall be within 30 of miles of Fort Carson, Colorado. 4.2. The contractor shall furnish all labor, supervision, tools, equipment and transportation, unless otherwise stated, to perform the requirements contained in this work statement. 4.3. The contractor shall perform the work on the installation at Government designated locations or arrange for vehicle work to be performed in accordance with off-post repairs. 4.4. The contractor shall purchase all required parts based upon the government provided Vehicle List (SEE ATTACHMENT # 1). 4.5. The contractor and all personnel working under this contract must have past experience in emergency response equipment installation as well as an advanced knowledge of vehicle electronics. Contractor must be able to provide documentation of previous work performed upon request. 4.6. The contractor shall be responsible for any malfunction resulting from failure to follow manufacturer instructions which results in violation of the manufacturer warranty regarding installation of law enforcement and emergency equipment. 4.7. The contractor shall install and repair Motorola brand radio equipment using personnel who are properly certified to perform work on Motorola brand radios. The contractor shall provide evidence of personnel certifications, for those who work on Motorola radios, to the contracting officer prior to performing any work on Motorola radio systems. 4.8. The contractor shall have an indoor vehicle bay large enough to accommodate Government vehicles requiring service under this contract. The minimum working area size for the largest apparatus is 50L x 15H x 15 W. Door opening minimum size is 12H x 9W. 4.9. The contractors facility shall provide sufficient space for the contractor to perform work on at least two Government vehicles simultaneously at an off-post enclosed facility. 4.10. The contractor shall ensure that all vehicles delivered to their location will be stored in an indoor facility and secured at all times. The contractor shall be responsible for theft, damage and loss while vehicles are in the contractors facility. 4.11. The contractor shall use only parts specifically designed for make, model, and year of vehicles receiving work; no used parts or made to fit vehicles parts are acceptable, unless specifically authorized by manufacturer to fit that specific vehicle. 4.12. The contractor shall provide a daily report to COR of status of any vehicles currently in their possession. 4.13. Within ten (10) days after contract award, the contractor shall furnish to the Contracting Officer a personnel list containing the full name, address, social security number, date of birth, position classification, duty phone and date of employment for all employees working under this contract. The contractor will update this list within one week after any personnel changes and submit the changes to the Contracting Officer and COR. 4.14. The contractor shall identify and provide a Project Manager and Alternate Project Manager designation letter to the Contracting Officer within 10 days after contract award. 4.15. The Contractor shall submit to the Contracting Officer a full report of any damage to government property and/or equipment by the contractor employees. All damage reports shall be submitted within 24 hours after the occurrence. If any damage or loss of government furnished property, to include but not limited to emergency response vehicles being worked on in accordance with this statement is caused by the fault or neglect of the contractor, the contractor shall be responsible for the repair or replacement of the item, as directed by the contracting officer. Any such repair, replacement, or payment of costs under this paragraph shall be at the contractors expense. 4.16. The contractor may be required to re-prioritize workload based on Government mission requirements. These re-prioritizations will be identified in writing by the COR. 4.17. In the event that the contractor cannot complete a repair or installation as required, the contractor shall submit a written report to the Contracting Officer as to the reason the work could not be completed. The contractor shall return the vehicle to the same operational capacity it was before any work began. 4.18 SECURITY: 4.18.1 The contractor shall submit evidence of a favorable background check or security clearance of all employees who will operate under this contract prior to contract performance. The contractor will update this list within one week after any personnel changes and submit the changes to the Contracting Officer. The Government reserves the right to prohibit any individual with a criminal record access to the DES and/or DES related law enforcement and emergency services equipment. 5. VEHICLE EQUIPMENT INSTALLATION AND REMOVAL: 5.1 Equipment installation will be determined by the type of vehicle (Car, Truck, SUV, ect.), and what the vehicle will be used for (Patrol, Covert, Administrative, ect.). These packages are listed below with parts that will be installed. All parts listed below will be vehicle specific or universal fit. - Car/Patrol 1. Federal Signal Argent S2 Light bar, Qty 1 each. 2. Federal Signal Light bar mounting kit, Qty 1 each. 3. Code-3 Hide-a-blast 9-LED, White, Qty 2 each. 4. Code-3 Hide-a-blast 9-LED, Red, Qty 2 each. 5. Code-3 Hide-a-blast 6-LED, Blue, Qty 1 each. 6. Code-3 Hide-a-blast 6-LED, Red, Qty 1 each. 7. Grille Light Bracket kit Qty 1each. 8. Federal Signal Viper S2 duel light head, Red/Amber, Qty 1 each. 9. Federal Signal Viper S2 duel light head, Amber/Blue, Qty 1 each. 10. Code 3 LEDX Light Head, Red/flash/Black, Qty 1each. 11. Code 3 LEDX Light Head, Blue/flash/Black, Qty 1 each. 12. Code 3 LEDX Mirror Mount, Qty1 each. 13. Code 3 Optix 3LED, Red, Qty 2 each. 14. Code 3 Optix 3LED, Blue, Qty 2 each. 15. Trunk lid Bracket, Qty 1 each. 16. Federal Signal Touchmaster Delta, Qty 1 each. 17. Code 3 C3100 Siren Speaker with bracket, Qty 1 each 18. Troy Products Console with applicable face plates, Qty 1 each. 19. Troy Products cage with sliding window, Qty 1 each. 20. Universal Gun lock, cuff style, Qty 1 each. 21. Troy Products Partition gun lock bracket, Qty 1 each. 22. Troy Products Partition Butt Plate, Qty 1 each. 23. Troy Products Trunk Tray, Half size, Qty 1 each. 24. Gun lock timer, Qty 1each. 25. D&R Electronics Power Distribution Unit with timer, Qty 1 each. 26. Circuit Breaker, 100 amp, Qty 1 each. 27. Custom wire harness, Qty 1each. 28. Jotto Desk LED console light, Qty 1each. 29. Auxiliary 3 outlet DC box, Qty 1 each. - Car/Administrative 1. Federal Signal Argent S2 Light bar, Qty 1 each. 2. Federal Signal Light bar mounting kit, Qty 1 each. 3. Code-3 Hide-a-blast 9-LED, White, Qty 2 each. 4. Code-3 Hide-a-blast 9-LED, Red, Qty 2 each. 5. Code-3 Hide-a-blast 6-LED, Blue, Qty 1 each. 6. Code-3 Hide-a-blast 6-LED, Red, Qty 1 each. 7. Grille Light Bracket kit Qty 1each. 8. Federal Signal Viper S2 duel light head, Red/Amber, Qty 1 each. 9. Federal Signal Viper S2 duel light head, Amber/Blue, Qty 1 each. 10. Code 3 LEDX Light Head, Red/flash/Black, Qty 1each. 11. Code 3 LEDX Light Head, Blue/flash/Black, Qty 1 each. 12. Code 3 LEDX Mirror Mount, Qty1 each. 13. Code 3 Optix, 3-LED, Red, Qty 2 each. 14. Code 3 Optix 3LED, Blue, Qty 2 each. 15. Trunk lid Bracket, Qty 1 each. 16. Federal Signal Touchmaster Delta, Qty 1 each. 17. Code 3 C3100 Siren Speaker with bracket, Qty 1 each 18. Troy Products Console with applicable face plates, Qty 1 each. 19. Troy Products Trunk Tray, Half size, Qty 1 each. 20. Trunk mounted, universal, gun lock, Qty 1 each. 21. Gun lock timer, Qty 1 each. 22. D&R Electronics Power Distribution Unit with timer, Qty 1 each. 23. Circuit Breaker, 100 amp, Qty 1 each. 24. Custom wire harness, Qty 1each. 25. Jotto Desk LED console light, Qty 1each. 26. Auxiliary 3 outlet DC box, Qty 1 each. - Car/Covert 1. Code 3 Supervisor TL, Red/Blue, Qty 1 each. 2. Code 3 Wingman Dual Stacked, Red/Blue, Qty 1 each. 3. Code-3 Hide-a-blast 9-LED, Red, Qty 2 each. 4. Code-3 Hide-a-blast 9-LED, White, Qty 2 each. 5. Code-3 Hide-a-blast 6-LED, Blue, Qty 1 each. 6. Code-3 Hide-a-blast 6-LED, Red, Qty 1 each. 7. Code-3 OPTIX 3/3 LED, Red/Blue, Qty 2 each. 8. Code 3 Extreme LED XT3, Red, Qty 1 each. 9. Code 3 Extreme LED XT3, Blue, Qty 1 each. 10. Trunk lid Bracket, Qty 2 each. 11. Grille Light Bracket kit, Qty 2 each. 12. Federal Signal Touchmaster Delta, Qty 1 each. 13. Code 3 C3100 Siren Speaker with bracket, Qty 1 each 14. Troy Products Console with applicable face plates, Qty 1 each. 15. Troy Products Trunk Tray, Half size, Qty 1 each. 16. Trunk mounted, universal, gun lock, with timer, Qty 1 each. 17. D&R Electronics Power Distribution Unit with timer, Qty 1 each. 18. Circuit Breaker, 100 amp, Qty 1 each. 19. Custom wire harness, Qty 1each. 20. Jotto Desk LED console light, Qty 1each. 21. Auxiliary 3 outlet DC box, Qty 1 each. -SUV/ Patrol 1. Federal Signal Argent S2 Light bar, Qty 1 each. 2. Federal Signal Light bar mounting kit, Qty 1 each. 3. Code-3 Hide-a-blast 9- LED, white, Qty 2 each. 4. Code-3 Hide-a-blast 9-LED, Red, Qty 2 each. 5. Code-3 Hide-a-blast 6-LED, Red, Qty 1 each. 6. Code-3 Hide-a-blast 6-LED, Blue, Qty 1 each. 7. Federal Signal Viper S2 duel light head, Red/Amber, Qty 1 each. 8. Federal Signal Viper S2 duel light head, Amber/Blue, Qty 1 each. 9. Code 3 LEDX Light Head, Red/flash/Black, Qty 1each. 10. Code 3 LEDX Light Head, Blue/flash/Black, Qty 1 each. 11. Code 3 LEDX Mirror Mount, Qty1 each. 12. Federal Signal Touchmaster Delta, Qty 1 each. 13. Code 3 C3100 Siren Speaker with bracket, Qty 1 each. 14. Troy Products Console with applicable face plates with armrest and duel cup holders, Qty 1 each. 15. Troy Products SS style cage with sliding window, Qty 1 each. 16. Troy Products Rear Century Cage, Qty 1 each. 17. Troy Products Duel Weapons mount for Shot gun and M-16/AR-15 Qty 1 each. 18. D&R Electronics Power Distribution Unit with timer, Qty 1 each. 19. Circuit Breaker, 100 amp, Qty 1 each. 20. Custom wire harness, Qty 1each. 21. Jotto Desk LED console light, Qty 1each. 22. Auxiliary 3 outlet DC box, Qty 1 each. 23. Grille Light Bracket kit, Qty 1 each. 24. Code 3 Extreme LED XT3, Red, Qty 1 each. 25. Code 3 Extreme LED XT3, Blue, Qty 1 each. -SUV/ Administrative 1. Federal Signal Argent S2 Light bar, Qty 1 each. 2. Federal Signal Light bar mounting kit, Qty 1 each. 3. Code-3 Hide-a-blast 9-LED, white, Qty 2 each. 4. Code-3 Hide-a-blast 9-LED, Red, Qty 2 each. 5. Code-3 Hide-a-blast 6-LED, Red, Qty 1 each. 6. Code-3 Hide-a-blast 6-LED, Blue, Qty 1 each. 7. Federal Signal Viper S2 duel light head, Red/Amber, Qty 1 each. 8. Federal Signal Viper S2 duel light head, Amber/Blue, Qty 1 each. 9. Code 3 LEDX Light Head, Red/flash/Black, Qty 1each. 10. Code 3 LEDX Light Head, Blue/flash/Black, Qty 1 each. 11. Code 3 LEDX Mirror Mount, Qty1 each. 12. Federal Signal Touchmaster Delta, Qty 1 each. 13. Code 3 C3100 Siren Speaker with bracket, Qty 1 each. 14. Troy Products Console with applicable face plates with armrest and duel cup holders, Qty 1 each. 15. D&R Electronics Power Distribution Unit with timer, Qty 1 each. 16. Circuit Breaker, 100 amp, Qty 1 each. 17. Custom wire harness, Qty 1each. 18. Jotto Desk LED console light, Qty 1each. 19. Auxiliary 3 outlet DC box, Qty 1 each. 20. Overhead mounted, universal, gun lock, with timer, Qty 1 each. 21. Grille Light Bracket kit, Qty 1 each. 22. Code 3 Extreme LED XT3, Red, Qty 1 each. 23. Code 3 Extreme LED XT3, Blue, Qty 1 each. -SUV/ Covert 1. Code-3 Supervisor TL, Red/Blue, Qty 1 each. 2. Code-3 Hide-a-blast 9-LED, white, Qty 2 each. 3. Code-3 Hide-a-blast 9-LED, Red, Qty 2 each. 4. Code-3 Hide-a-blast 6-LED, Red, Qty 1 each. 5. Code-3 Hide-a-blast 6-LED, Blue, Qty 1 each. 6. Federal Signal Viper S2 duel light head, Red/Amber, Qty 1 each. 7. Federal Signal Viper S2 duel light head, Amber/Blue, Qty 1 each. 8. Federal Signal Touchmaster Delta, Qty 1 each. 9. Code 3 C3100 Siren Speaker with bracket, Qty 1 each. 10. Troy Products Console with applicable face plates with armrest and duel cup holders, Qty 1 each. 11. Overhead mounted, universal, gun lock, with timer, Qty 1 each 12. D&R Electronics Power Distribution Unit with timer, Qty 1 each. 13. Circuit Breaker, 100 amp, Qty 1 each. 14. Grille Light Bracket kit, Qty 2 each. 15. Custom wire harness, Qty 1each. 16. Jotto Desk LED console light, Qty 1each. 17. Auxiliary 3 outlet DC box, Qty 1 each. 18. Code 3 Extreme LED XT3, Red, Qty 2 each. 19. Code 3 Extreme LED XT3, Blue, Qty 2 each. -SUV/ Fire 1. Troy Products Console with applicable face plates with armrest and duel cup holders, Qty 1 each. 2. Code 3 RLS remote siren with rotary knob, Qty 1 each 3. Code 3 C3100 siren speaker 4. Federal signal IMPAXX LED parameter lights, Red, Qty 3 each 5. Federal signal IMPAXX LED parameter lights, Blue Qty 3 each 6. Code 3 C3100 Siren Speaker with bracket, Qty 1 each. 7. Code 3 2100X light bar (2724A5) (8 light mod with light directional light stick integral), Qty 1 each 8. 12 slim lighter LED lights Red/Blue, Qty 2 each. 9. Custom wire harness, Qty 1each. 10. Circuit Breaker, 100 amp, Qty 1 each. 11. D&R Electronics Power Distribution Unit with timer, Qty 1 each. -Truck/ Administrative 1. Federal Signal Argent S2 Light bar, Qty 1 each. 2. Federal Signal Light bar mounting kit, Qty 1 each. 3. Code-3 Hide-a-blast 6-LED, Red, Qty 3 each. 4. Code-3 Hide-a-blast 6-LED, White, Qty 2 each. 5. Code-3 Hide-a-blast 6-LED, Blue, Qty 1 each. 6. Federal Signal Viper S2 duel light head, Red/Amber, Qty 1 each. 7. Federal Signal Viper S2 duel light head, Amber/Blue, Qty 1 each. 8. Code 3 LEDX Light Head, Red/flash/Black, Qty 1each. 9. Code 3 LEDX Light Head, Blue/flash/Black, Qty 1 each. 10. Code 3 LEDX Mirror Mount, Qty1 each. 11. Federal Signal Touchmaster Delta, Qty 1 each. 12. Code 3 C3100 Siren Speaker with bracket, Qty 1 each. 13. Troy Products Console with applicable face plates with armrest and duel cup holders, Qty 1 each. 14. D&R Electronics Power Distribution Unit with timer, Qty 1 each. 15. Circuit Breaker, 100 amp, Qty 1 each. 16. Custom wire harness, Qty 1each. 17. Jotto Desk LED console light, Qty 1each. 18. Auxiliary 3 outlet DC box, Qty 1 each. 19. Overhead mounted, universal, gun lock, with timer, Qty 1 each. 20. Grille Light Bracket kit, Qty 1 each. 21. Code 3 Extreme LED XT3, Red, Qty 2 each. 22. Code 3 Extreme LED XT3, Blue, Qty 2 each. -Truck/ Covert 1. Code-3 Split Supervisor, with Take downs, Qty 1 each. 2. Code-3 Hide-a-blast 6-LED, Red, Qty 3 each. 3. Code-3 Hide-a-blast 6-LED, White, Qty 2 each. 4. Code-3 Hide-a-blast 6-LED, Blue, Qty 1 each. 5. Federal Signal Viper S2 duel light head, Red/Amber, Qty 1 each. 6. Federal Signal Viper S2 duel light head, Amber/Blue, Qty 1 each. 7. Federal Signal Touchmaster Delta, Qty 1 each. 8. Code 3 C3100 Siren Speaker with bracket, Qty 1 each. 9. Troy Products Console with applicable face plates with armrest and duel cup holders, Qty 1 each. 10. Overhead mounted, universal, gun lock, with timer, Qty 1 each 11. Code 3 Extreme LED XT3, Red, Qty 2 each. 12. Code 3 Extreme LED XT3, Blue, Qty 2 each. -Truck/ Fire 1. Troy Products Console with applicable face plates with armrest and duel cup holders, Qty 1 each. 2. Code 3 RLS remote siren with rotary knob, Qty 1 each 3. Code 3 C3100 siren speaker 4. Federal signal IMPAXX LED parameter lights, Red, Qty 3 each 5. Federal signal IMPAXX LED parameter lights, Blue Qty 3 each 6. Code 3 C3100 Siren Speaker with bracket, Qty 1 each. 7. Code 3 2100X light bar (2724A5) (8 light mod with light directional light stick integral), Qty 1 each 8. Custom wire harness, Qty 1each. 9. Circuit Breaker, 100 amp, Qty 1 each. 10. D&R Electronics Power Distribution Unit with timer, Qty 1 each. -Fire/ Full Size Apparatus Install the below listed, government provided equipment. 1.Remote head Motorola radio with status head, Qty 1 each. 2.KNOX box key trap tied to radio, Qty 1 each. 3.Portable radio chargers, Qty 2 each. 4.Charger lights (hand lanterns), mount and wire, Qty 1 each. 5.Install and wire, mount and mobile data terminal, Qty 1 each. 6.GPS, automatic vehicle locator (radio, power, two antennas), Qty 1 each. 7.All necessary Wiring, fuse/breakers and supplies. -ON-POST/OFF-POST REPAIR SERVICES 5.1 Equipment removal includes: The removal of emergency response equipment in a DES vehicles. The equipment removal will consist of removing any/all emergency response equipment in the vehicle and the restoration of the vehicle to its original stock status. 5.2 The contractor shall purchase all required parts based upon the government provided vehicle list. The Government will provide a required parts list upon identification of the needed work. The list will contain the year, make, model, bumper number and type of vehicle for scheduled work. Upon receipt of parts list, the contractor will order all parts and schedule the vehicle for maintenance/ installation. 5.3 A list of all vehicles currently in the vehicle fleet is provided in Vehicle Listing (SEE ATTACHMENT #1). This Vehicle Listing is for informational purposes only. It is not a guaranty of work. Vehicle makes and models are subject to change pending assignment to DES. 5.4 When new installations are scheduled, the Government will provide the year, make and model of vehicle to receive installation no later than 30 calendar days in advance to allow the contractor to procure the required parts. 5.5. Provided as Attachment 2 is an estimate of workload. The quantities cited in the attachment are estimates only and do not represent any guarantees the Government will purchase the quantities cited in the attachment. 5.6. The contractor shall perform all installations at the contractors off post location. 5.7. The contractor shall ensure all vehicle installations are complete not later than five (5) business days after receipt of the vehicle. Anytime a vehicle installation cannot be completed in the time specified, the Contracting Officer or designated representative will be notified immediately as to why the contractor cannot perform the work in accordance with the time period specified. 6. REPAIR: 6.1 On Post Repair: 6.1.1 The contractor shall prepare a cost estimate for each vehicle repair within one hour after initial assessment is completed and submit the estimate to the Contracting Officers Representative. The contractors estimate shall include: the hourly rate, number of hours to perform the work, list the part number, brand and cost of required parts. The Contracting Officer or designated representative will review the estimate and will approve the estimate in writing if acceptable to the contractor prior to contractor start of performance. 6.1.2 The contractor shall ensure all repairs are complete within 4 hours after completing troubleshooting procedures and delivery of parts. Any exceptions require approval of the Contracting Officer or designated representative in writing. 6.2 Off-Post Repair: 6.2.1 When the contractor estimates the repair to take longer than 4 hours, or requires tools that cannot be easily transported to the on-post work site, the repair will be conducted at the contractors off-post facility. 6.2.2 The contractor shall coordinate with the COR for all off-post repairs. The vehicles will be transported to the contractors off-post facility by the government. For this reason, the contractors facility where all off-post work will be performed shall be within 20 miles of the center of Fort Carsons main cantonment area. 6.2.3 For off-post repairs, the contractor shall perform an initial assessment and prepare a cost estimate for the needed parts within 8 working hours of vehicle delivery. The contractors estimate shall include: the hourly rate, number of hours to perform the work, list of part numbers, brand and cost of required parts. The Contracting Officer or designated representative will review and approve the estimate in writing to the contractor prior to any further work being completed. Within 2 working hours of approval, the contractor will order all parts and schedule a date for repair. 6.2.4 The contractor shall complete all off-post repairs within 3 business days after receiving the necessary parts unless previously coordinated and approved by the Contracting Officer or designated representative. 7. EMERGENCY AND AFTER HOURS REPAIR: 7.1. The contractor shall be available to conduct emergency repairs on mission critical vehicles, to include the Incident Command Vehicles (ICV) after normal duty hours. 7.2 Upon contract award, the contractor shall provide an after duty contact procedure to the Contracting Officer for emergency work notification. The contractor shall submit any changes to this procedure to the Contracting Officer not later than 24 hours after procedural change. 7.3. The contractor shall have a maximum of two (2) hours to respond to vehicle location after receiving notification of emergency work. The contractor shall arrive with all tools necessary to conduct the repair. If repair work cannot be completed on the installation, the Contractor shall inform the Contracting Officer or designated representative, who may authorize temporary measures to make vehicle functional until such time as permanent repairs can be arranged. 8. OPERATION OF EMERGENCY VEHICLES: 8.1. The contractor shall only drive a vehicle for the purposes of troubleshooting or for ensuring a vehicle has been returned to full operational status. 8.2. The contractor shall ensure that operators possess a valid state drivers license in order to operate any vehicle. 8.3. The contractor shall ensure that vehicle operators at no time engage any components of the emergency response vehicle (siren, light bar, emergency lights) while driving the vehicle on a roadway. 9. WARRANTY: 9.1. The contractor shall be responsible for the boxing and shipping of all parts under warranty to the appropriate warranty servicing agency. If warranty repair work is needed, the cost shall be reflected in the cost estimate. 9.2. The contractor must complete the initial purchase warranty paperwork for any equipment procured by the contractor. The contractor shall provide a copy of the warranty paperwork to the Contracting Officer. The warranty shall be registered to U.S Army, Fort Carson, Colorado. 9.3. The contractor shall complete required paperwork to maintain warranty when conducting warranty repairs. 9.4. The contractor shall identify any parts and labor workmanship warranty associated with repairs or installs on the cost estimate. 10. SAFETY REQUIREMENTS: 10.1. Only emergency medical care is available in government facilities for contractor employees. All emergency medical care shall be provided at the contractors expense. 10.2. Any accidents resulting in death, trauma, or occupational disease must be reported immediately to the Contracting Officer. 11. INSURANCE: Reference FAR Clause 52.228-5, subpara (a), the following are the kinds and minimum amounts of insurance required to be maintained by the contractor during the period of this contract (see52.228-5 for other requirements concerning this insurance coverage): TYPEAMOUNT Workmens CompensationAs required by state laws Employers Liability Insurance$100,000 General Liability Insurance$500,000 per occurrence Auto Liability Insurance$200,000 per person, $500,000 per occurrence Bodily Injury$500,000 per occurrence Property Damage$20,000 per occurrence Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Governments interest shall not be effective (1) for such period as the laws of the State in which this contract is to be performed prescribe; or (2) until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors proofs of required insurance, and shall make copies available to the Contracting Officer upon request. 12. CONTRACTOR QUALITY CONTROL: 12.1. Quality Control Plan (QCP). The contractor shall establish and maintain a QCP to ensure that the work performed under the contract conforms to the contract requirements. The contractor shall submit their QCP to the Contracting Officer within 30 days after contract award for approval. The QCP requirements include: 12.1.1. A description of the contractor's quality control system. The system must cover all contract services, specify work to be inspected on either a scheduled or unscheduled basis, and describe how inspections are to be conducted. An approved QCP must be in place before the contractor can receive any payment under this contract. 12.1.2. The name(s) and qualifications of the individual(s) responsible for performing the quality control inspections, and the extent of their authority. 12.1.3. Provisions for recording the results of inspections and for recording corrective action taken. 12.1.4. Provisions to update and revise the QCP during the performance of the contract. 13. GOVERNMENT QUALITY ASSURANCE (QA): All services rendered under this contract are subject to government inspection, during the contractor's operations and after completion of the tasks. The government's QA surveillance program is not a substitute for a QCP by the contractor. All findings of unsatisfactory or non-performed work will be documented and all costs associated with rework are the responsibility of the contractor. 14. CONTRACTOR MANPOWER REPORTING. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil/. The required information includes: (1). Contracting Office, Contracting Officer, Contracting Officers Technical Representative. (2). Contract number, including task and delivery order number. (3). Beginning and ending dates covered by reporting period. (4). Contractor name, address, phone number, e-mail address, identity of contractor employee entering data estimated direct labor hours (including sub-contractors). (5). Estimated direct labor hours (including sub-contractors). (6). Estimated direct labor dollars paid this reporting period (including sub-contractors). (7). Total payments (including sub-contractors). (8). Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different). (9). Estimated data collection cost. (10).Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information) (11).Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website). (12). Presence of deployment or contingency contract language. (13). Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. 15. INSTALLATION REGULATIONS: 15.1 Operation of Privately Owned Vehicles. Fort Carson Requirements: Contractor employees operating privately owned vehicles on Fort Carson shall be required to comply with all applicable traffic laws, parking restrictions, and restricted area requirements. 15.2 Gate Control at Fort Carson. Fort Carson military installation is a controlled access installation. a. The Contractor must register with and obtain passes from the Provost Marshals Office in order to gain entrance for its equipment and personnel for performance of this contract. The Contractor may obtain identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on Fort Carson. To do so, the Contractor must first submit a list of employees (Microsoft Excel format preferred) to the Contracting Office. The Contracting Office will then provide the Contractor a letter of authorization for the registration process. When registering either a company or personal vehicle that will enter Fort Carson for performance of work on this contract, the authorized contractor individual(s) must provide current and valid drivers license, vehicle registration and vehicle insurance certificate to obtain a vehicle pass. In the event that personnel are terminated or otherwise released or if registered vehicles are sold or otherwise disposed of and no longer to be brought on Fort Carson for performance of work on this contract, the Contractor shall ensure all vehicle registration decals are physically removed from vehicle windshields, secured in a sealed envelope, and turned into the Provost Marshalls Office. The Contractor has the option to participate in the RAPID Gate program. RAPID gate passes are good for one year and requires a fee to register the company and a separate fee per employee. RAPID Gate cost can be determined by calling 1-877-727-4342. RAPID Gate brochures are available at all access gates and the vehicle registration office. b. Unscheduled gate closures may occur at any time, and all personnel entering or exiting Fort Carson may experience a delay due to vehicle inspections, registrations, wearing of seat belts, etc. Price or schedule adjustments for compliance with security controls or delays resulting from gate closures will be allowed only in the event of exceptional circumstances. To obtain such an adjustment, the Contractor must establish that the control or delay was exceptional and unforeseeable and that the requested additional performance time or cost was a direct result of that delay. 15.3. Vehicle Markings: The contractors vehicles, must display the companies name on each vehicle in a manner and size that is clearly visible. All vehicles shall display a valid state license plate. 15.4. Employee Identification: The Contractor shall provide its employees an identification badge that must be worn in a conspicuous place on their exterior clothing. This badge shall include the Contractor's company name and logo, employee's name, photograph, badge number, date issued, and expiration date. The Contractor shall ensure that badges are surrendered upon completion of work under the contract, termination of employment, or if an employee is barred from the military installation. ATTACHMENT #1 VEHICLE LISTING (POLICE AND FIRE DEPARTMENTS) This is a current list of the Provost Marshals Office vehicles. This list is subject to change at any time, to include the addition/deletion of vehicles. #YEARMAKEMODEL A-0062009CHEVYIMPALA A-0082009CHEVYIMPALA A-0092009CHEVYIMPALA S-2152008CHEVYTAHOE S-2172007CHEVYTAHOE S-2182008CHEVYTAHOE S-2232009CHEVYTAHOE S-2282007CHEVYTAHOE S-2322007CHEVYTAHOE S-2332007CHEVYTAHOE S-2342009CHEVYTAHOE S-2372007CHEVYTAHOE S-2392007CHEVYTAHOE S-2482006CHEVYTAHOE S-2522008CHEVYTAHOE S-2542006CHEVYTAHOE S-2562007CHEVYTAHOE S-2572007CHEVYTAHOE S-2742009CHEVYTAHOE S-2762009CHEVYTAHOE S-2002007CHEVYTAHOE S-2612008CHEVYTAHOE S-2732009CHEVYTAHOE S-2752009CHEVYTAHOE A-162006DODGESTRATUS A-032006DODGESTRATUS S-2512006CHEVYTAHOE H- 1492002CHEVY2500 H-210 2000CHEVYG3500 S-1002003FORDEXPLORER G-162009DODGECARAVAN S-1162003FORDEXPLORER S-2462006CHEVYTAHOE S-2472006CHEVYTAHOE E-4082002CHEVY1500 P/U F-4452006CHEVYC2500 P/U X-0012001FORDPANEL VAN H-1532007FORD15 PAX VAN S-4441992FORDCROWN VIC S-1022009FORDESCAPE S-2302004FORDEXPLORER D-4112002FORDEXPLORER A-0012209CHEVYIMPALA S-2422005CHEVYTAHOE W-12002CHEVY TAHOE F-4602008FORDF350 N/A2000F-LINERICV F-4492008FORDF-250 S-2592007CHEVYTAHOE S-1012009FORDESCAPE W-22008CHEVYTAHOE S-2622008CHEVYTAHOE E-4132003FORDF-150 E-4012007DODGE1500 M-1182009FORDESCAPE M-1192009FORDESCAPE M-2002009CHEVYHHR S-1332006FORDESCAPE S-2022007CHEVYTAHOE S-2062008CHEVYTAHOE S-2122002CHEVYTAHOE S-2252003CHEVYTAHOE S-2292004FORDEXPLORER S-2582007CHEVYTAHOE W-32003FORD F-250 W-42004FORD F-250 W-52004FORD F-250 W-62003FORD F-250 2002FORDPanel Van This is a current list of Fire Department vehicles. This list is subject to change at any time, to include the addition/deletion of vehicles. DPW 530Brush 31Brush truck (Ford F-550) DPW 528Brush 32Brush truck (Ford F-550) DPW 525Brush 33Brush truck (HUMVEE) DPW 540Brush 34Brush truck (Ford F-550) DPW 526Brush 35Brush truck (HUMVEE) DPW 537Crash 33ARF (aircraft rescue & firefighting) DPW 545Crash 35ARF (aircraft rescue & firefighting) DPW 536CRT tractorCollapse rescue trailer apparatus/resource DPW 861CRT tractor B/UPulls rescue trailer apparatus/resource DPW 529Engine 31Type I Engine E-one DPW 532Engine 32Type I Engine E-one DPW 531Engine 33Type I Engine E-one DPW 534Engine 34Type 3 Engine Pierce DPW 539Engine 35Type 3 Engine ALF DPW538Engine 37Type 3 Engine E-one (reserve) DPW 553Engine 36 (Reserve)Type I Engine E-One TMP 258Fire Chief SUV officer car (TAHOE) TMP 206Dep Chief vehicle SUV (TAHOE) TMP 225Fire Prevention Chief Chief Officer car (TAHOE) TMP S-133Inspector 601SUV officer car (Ford Escape) TMP E-401Inspector 602SUV officer car (Dodge P/U) TMP S-212Inspector 604 SUV officer car (Tahoe) TMP S-229Inspector SUV officer car (Explorer) TMP M-118InspectorSUV officer car (Ford Escape) TMP M-119InspectorSUV officer car (Ford Escape) TMP M-200Comm Chief Chevrolet HHR TMP S-202Ops Chief VehicleSUV officer car (TAHOE) TMP I-209Utility Stake BedDecon hauler DPW 527 Hazardous Materials Rescue HazMat unit DPW 547REHAB 32 (old unit)REHAB unit (stepvan) DPW 564Rescue 35Old Rescue unit E-One DPW 561Heavy Rescue 31New Rescue Pierce DPW 542Incident Command Vehicle Mobile command post (40 RV) DPW 548Tender 32Water tender DPW 549Tender 33Water tender DPW 557Tender 35Water tender DPW 552Truck 32Pierce ladder truck or aerial DPW 524Utility Hummer Commercial 4 door HUMMER DPW 556PCMS DC2004 Ford pickup (falcon) DPW 557Training officer2004 Ford pickup (falcon) EXHIBIT A (PRICE LIST) (REVISED AMENDMENT 0001) ITEM NO.DESCRIPTION OF REQUIREMENTUNIT OF ISSUEUNIT PRICE A001Install one remote head Motorola radio with status head in Fire apparatus. A002Install one remote head Motorola radio with status head in SUV A003Install one remote head Motorola radio with status head in Car A004Install one remote head Motorola radio with status head in Truck A005Install one mobile data terminal (mount and power) in fire apparatus A006Install one mobile data terminal (mount and power) in SUV A007Install one mobile data terminal (mount and power) in Car A008Install one mobile data terminal (mount and power) in Truck A009Install two portable radio chargers in fire apparatus A010Install one portable radio charger in SUV A011Install one portable radio charger in Car A012Install one portable radio charger in Truck A013Install KNOX box key trap in fire apparatus A014Install KNOX box key trap in SUV A015Install KNOX box key trap in Truck A016Install one AVL radio in fire apparatus A017Install one AVL radio in SUV A018Install one AVL radio in Car A019Install one AVL radio in Truck A020Install one mobile data terminal in fire apparatus (mount, power and shore line power) A021Install one mobile data terminal in SUV (mount, power and shore line power) (Tough Book) A022Install one Data-911 mobile data terminal in SUV A023Install one Data-911 mobile data terminal in Car A024Install one Data-911 mobile data terminal in Truck A025Install one Radar Unit in SUV ( 2 cones, 1 Data Display) A026Install one Radar Unit in Car ( 2 cones, 1 Data Display) A027Install one Radar Unit in Truck ( 2 cones, 1 Data Display) A028Purchase and Install of a Prisoner Cage in a SUV( Front and Rear cage) A029Purchase and Install of a Prisoner Cage in a SUV( Front cage only) A030Purchase and Install of a Prisoner Cage in a Car A031Install of a Prisoner Cage in a SUV A032Install of a Prisoner Cage in a Car A033Complete Removal of equipment in existing SUV A034Complete Removal of equipment in existing Car A035Complete Removal of equipment in existing Truck A036Hourly Rate for on-post/off-post repair services during regular work hours (9am - 5 pm), Monday thru Friday except Federal HolidaysHOUR A037Hourly Rate for on-post/off-post repair services for emergency and after hours services.HOUR A038Any Discount offered for materials provided by contractor for the requirements of this contract. (Example: 15% discount from manufacturers' suggested retail prices)Discount Percentage A039Administrative Hourly Rate for contractor to provide services such as ordering of parts and the processing of warranty paperwork in accordance with the Performance Work Statement. HOUR Contractor proposed hourly rates above shall include costs for base wage, health and welfare, other payroll related expenses as applicable, overhead, general and administrative (G&A) expenses, and profit.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c20bd454731ebb47fc039a4a6ad9aaef)
 
Place of Performance
Address: Fort Carson DOC Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02114234-W 20100408/100406235415-c20bd454731ebb47fc039a4a6ad9aaef (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.