SOLICITATION NOTICE
23 -- Police Motorcycles
- Notice Date
- 3/11/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423110
— Automobile and Other Motor Vehicle Merchant Wholesalers
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
- ZIP Code
- 20535
- Solicitation Number
- 11-412756
- Point of Contact
- Dina Olibah, Phone: 703-814-4830, Melissa Glasco, Phone: 703-814-4834
- E-Mail Address
-
Dina.Olibah@ic.fbi.gov, melissa.glasco@ic.fbi.gov
(Dina.Olibah@ic.fbi.gov, melissa.glasco@ic.fbi.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation's documented and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49, effective 24 January 2011. This requirement is restricted to small businesses only. All future information about this acquisition including solicitation amendments will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The solicitation number is RFQ 11-412756 and shall be referenced on all quotes. The FBI intends to procure two (2) brand name or equal Honda Brand Police Motorcycles to include customization with specific emergency equipment. Line 1: BRAND NAME OR EQUAL: (Qty 2) Two 2009 Honda Model #ST1300PA9, or equal, Police Motorcycles to BE CUSTOMIZED to include the following specified equipment and or modifications. Items are to include shipping - any color satisfactory. Salient Characteristics: • Standard ABS • Shaft driven • 7.7 gal fuel tank • 1266cc DOHC V-4 engine, WATER COOLED • Motor driven adjustable windshield • 58.7 Wheelbase All interested vendors must include the installation of all equipment and or modifications as listed below: Sound Off Signal Generation 4 LED Lights with CA Title 13 Lenses Front Facing by windshield:  1 RED facing forward (flashing) - Predator II SSM  1 BLUE facing forward (flashing) - Predator II SSM  2 Stainless steel mounting bolts for front facing lights - Part# 1300 MH  2 Aluminum mounting brackets for Front Facing Lights - Part # 1300 PRD  1 Headlight Wig Wag flasher  1 Red flashing on dash to warn of rear lights being on - Part #1300-12VBFR Side Mounted:  1 RED/BLUE on side of left front cowl @ 45 degree angle (flashing) - Predator II SSM  1 RED/BLUE on side of right front cowl @ 45 degree angle (flashing) - Predator II SSM  2 Aluminum mounting wedges for front side fairing lights  2 RED/BLUE surface mounts each side of radio box (flashing) - Predator II SSM Rear of Bike:  1 RED/BLUE alternating flashing mounted high on rear- Predator II DGS  1 RED/BLUE alternating flashing mounted above license plate - Predator II DGS  2 BLUE LED ID marker lights mounted on rear either side of license plate Siren:  1 Compact speaker 100 watt  1 Siren mount 1300-SPK  1 Unitrol power supply for siren UM80K  1 ST1300 Wiring Harness Accessories:  1 Chrome front fairing & engine guards 1300-001  1 Baton & flashing holder mounted on right of front guard  1 Small chrome rear saddlebag guards 1300-007 Battery Upgrade:  1 High capacity battery  1 Battery upgrade kit  1 Battery charger Emergency lights are to be wired with the below specifications and color combinations:  Position 1 - Rear Lights  Position 2 - All Lights  Position 3 - Yelp momentary slide switch  Position 4 - Wail  Position 5 - Spare  Airhorn is on Stock horn button Brand-name or Equal- Items called for by this combined synopsis/solicitation have been identified by a brand name or equal description, such identification is intended to be descriptive but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering equal products (including products of a brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics and requirements listed in the combined synopsis/solicitation; unless the quoter clearly indicates in his/her quote that he/she is offering an equal product referenced in the solicitation. If the quoter proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be clearly identified in the quote. The evaluation of quotes and the determination to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the quoter or identified in his/her quote as well as other information reasonably available to the purchasing activity. All interested vendors must also have the ability to provide routine maintenance and repairs at a location within a 50 mile radius of customer. Clarksburg, VA 26306 All items shall be delivered FOB destination 45 days ARO to Criminal Justice Information Services, 1000 Custer Hollow Road, Clarksburg, WV 26306 attn: Captain Robert J. Tomasik/FBI Police. Inspection and acceptance will take place at the aforementioned address. A firm fixed price contract will be made awarded to the responsive, responsible quoter whose quote conforms to this combined synopsis/solicitation and is the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability (2) price and (3) past performance. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the FBI also reserves the right to conduct discussions, if later determined to be necessary. Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.211-6, Brand Name or Equal (AUG 1999); Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror- Commercial Items (JUNE 2008); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award shall be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability, price, and past performance. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (JAN 2011) - Please note: All offerors and prospective contractors must be registered on the online Representative and Certification Application (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 along with their quote. ORCA registration is available through Business Partner Network (BPN) at www.bpn.gov. FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items (JUN 2010); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2011) - in paragraph (b) the following clauses apply; 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13 52.232-34. In addition to the above, FAR clause 52.247-34 F.O.B. Destination (NOV 1991) is incorporated by reference. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. The lessor/contractor will agree to insert terms that conform substantially to the language of this clause in all contracts/subcontracts. CCR Requirement - 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 web site at http://www.ccr.gov. All quotes from responsible sources will be considered. All questions regarding this combined synopsis/solicitation are due by March 18, 2011 at 10:00 AM EST. Questions shall be accepted via electronic mail only and shall be sent to both Dina.Olibah@ic.fbi.gov and melissa.glasco@ic.fbi.gov. Phone calls will not be accepted. Quotes are due by March 28, 2011 at 10:00 AM EST. Quotes will be accepted via email only to both Dina.Olibah@ic.fbi.gov and melissa.glasco@ic.fbi.gov. Please reference combined synopsis/solicitation number RFQ 11-412756.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/11-412756/listing.html)
- Place of Performance
- Address: 1000 Custer Hollow Road, Clarksbur, West Virginia, 26306, United States
- Zip Code: 26306
- Zip Code: 26306
- Record
- SN02398863-W 20110313/110311234304-1fb9df9dcda92642c505814f453b3e46 (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 |