Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2011 FBO #3571
SOLICITATION NOTICE

25 -- Accessories for Two Chevy/GMC Trucks - Additional Clauses

Notice Date
9/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, AC Headquarters Support (ACH), Attn: ACH Mail Stop D-88, 4600 Sangamore Road, Bethesda, Maryland, 20816-5003, United States
 
ZIP Code
20816-5003
 
Solicitation Number
HM017711T0100
 
Archive Date
9/23/2011
 
Point of Contact
Judith A. Hart, Phone: 703-805-1631
 
E-Mail Address
judith.a.hart@nga.mil
(judith.a.hart@nga.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Clauses 1.0 Description The National Geospatial- Intelligence Agency (NGA) is soliciting and may award a Small Business set-aside, firm-fixed price delivery order in accordance with FAR 13.3 and FAR 12.6, under reference number HM0177-11-T-0100, with NAICS codes 423850 Service Establishment Equipment and Supplies Merchant Wholesalers, 423830 Industrial Machinery and Equipment Merchant Wholesalers, 811118 Other Automotive Mechanical and Electrical Repair and Maintenance, and 811111 General Automotive Repair. NGA welcomes any vendor's GSA schedule pricing and reserves the right to make an award to a successful offeror's GSA Schedule. (If award is made on a contractor's GSA Schedule, the clauses in the Schedule supersede clauses in this solicitation.) The requirement is to procure and install accessories to outfit two (2) 2011 Chevy/GMC 2500HD (3/4 ton) Long Bed pickup trucks for domestic use. Item 0001 - The contractor shall furnish the following: A. Warning Light Package: Red external LED emergency lighting visible from all sides. For each truck, no less than 4 pair front and rear, and one pair on sides. Type, placement and quantity of lights to be determined by vendor and approved by customer prior to installation to meet following specifications: Front: 2 x LED lighting in windshield attached to the headliner; Whelen Slimlighter SLPMM or equivalent. Red. Total Quantity 4. Front: 4 x LED Lightheads in upper and lower grill; Whelen Lighthead LINZ6 or equivalent. Red. Total Quantity 8. Front: 2 x Strobes in headlight housing, or high beam flasher.White. Total Quantity 4. Side 2 x LED Lightheads on each side; Whelen Lighthead LINZ6 or equivalent. Red. Total Quantity 4. Rear: 2 x LED Whelen Slimlighter in back window attached to the headliner or equivalent; Whelen Slimlighter SLPMM or equivalent. Red. Total Quantity 4. Rear: 2 x LED Lightheads mounted vertically on a tag bracket; Whelen Lighthead LINZ6 or equivalent. Red. Total Quantity 4. Rear: 4 x Strobes in upper and lower tail light housing.White. Total Quantity 8. B. Siren speaker with PA function. Whelen SA315 Siren Speaker or equivalent. Total Quantity 2. C. Handheld controller for emergency lights and siren; Whelen HHS2200 or equivalent. Total Quantity 2. D. 50-60 gallon fueltank/tool box combo with electric pump and fuel filter mounted in the bed. Must have quick disconnects for power, and permanent mouting hardware in truck bed for easy removal and installation. It is preferred that the pump nozzle does not protrude into the bed space further then the tank; RDS Auxiliary Fuel Tank/Toolbox Combo -60 Gallon, Model#72547 or equivalent. Total Quantity 2. E. Spray-in bed liner; Line-X or equivalent. Black. Total Quantity 2. F.Window tint (high quality 15% VLT) on all windows. Front windows don't have tint but rear windows already have factor tinting. All windows should match. Total Quantity 2. G. Chevy Running Boards (OEM) -Set of two aluminum. GMC DZ1359 or equivalent. Quantity 2. Item 0002 - Installation of the Item 0001 accessories on Government-provided, two, 2011 Chevy/GMC 2500HD (3/4 ton) Long Bed pickup trucks. Accessories must be brand new and have full manufacturer's warranty. Shipping and Handling: Total proposed costs should include all shipping, handling and taxes. Warranty: The vendor and part manufacturers' commercial warranties should apply. Cancellation: The Government reserves the right to cancel the RFQ and not make an award with no obligation to the vendor by the Government. Technical Evaluation: Award will be made to the vendor with the lowest priced technically acceptable Small Business proposal. Contractor must be registered in the Central Contractor Registration, http://www/ccr.gov and ORCA prior to award. The closing date for receipt of quotes is Thursday, 8 September 2011, 1700, Eastern Standard Time (EST), to Judith Hart, E-mail: Judith.A.Hart@nga.mil. For any questions, please e-mail, Judith A. Hart, Judith.A.Hart@nga.mil. 2.0 Contract Administration Data 5X52.232-9000 SUBMISSION OF INVOICES (SEP 2010) a. The contractor shall prepare each invoice in accordance with the Prompt Payment Act. Fax one copy to DFAS Indianapolis at 1-866-894-8007. DFAS Indianapolis prefers a faxed copy but will accept hard copy that is mailed to their office listed on the face of the contract/order. b. At the same time of submission to the payments office, the contractor will email one copy to the Contract Specialist, hartj@nga.mil and one copy to the requiring office, Morgan.E.Hogelan@nga.mil. c. The NGA receiver of the service or item will complete the receiving report and fax one copy to DFAS Indianapolis at 1-866-894-8007, and one copy to the NGA Program Office. d. Contractors wishing to check the status of their vouchers should do so by using "myInvoice" at www.dfas.mil; click on the MyInvoice icon. Questions regarding vouchers or payments may also be directed to DFAS by calling 1-888-332-7366; select Option 2, then Option 2. When unable to obtain information on status of vouchers and payments via "myInvoice" and DFAS, questions may be directed to the contracting officer administering the contract. In the absence of an administrative contracting officer, contact the NGA procurement contracting officer, whose name and contact information appear on the face page of this contract/order. 252.204-7006 BILLING INSTRUCTIONS (OCT 2005) When submitting a request for payment, the Contractor shall-- (a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and (b) Separately identify a payment amount for each contract line item included in the payment request. 3.0 Special Contract Requirements NGA: 5X52.227-9000 UNAUTHORIZED USE OF NGA NAME, SEAL, AND INITIALS (JUNE 2006) (a) As provided in 10 U.S.C. Section 425, no person may, except with the written permission of the both the Secretary of Defense and the Director of Central Intelligence, knowingly use the words "National Geospatial-Intelligence Agency", "National Imagery and Mapping Agency" or "Defense Mapping Agency", the initials "NGA", "NIMA" or "DMA", the seal of the National Geospatial-Intelligence Agency, National Imagery and Mapping Agency, or the Defense Mapping Agency, or any colorable imitation of such words, initials, or seal in connection with any merchandise, retail product, impersonation, solicitation, or commercial activity in a manner reasonably calculated to convey the impression that such use is approved, endorsed, or authorized by both the Secretary of Defense and the Director of Central Intelligence. (b) Whenever it appears to the U. S. Attorney General that any person is engaged or about to engage in an act or practice which constitutes or will constitute conduct prohibited by paragraph (a), the Attorney General may initiate a civil proceeding in a district court of the United States to enjoin such act or practice. Such court shall proceed as soon as practicable to hearing and determination of such action and may, at any time before final determination, enter restraining orders or prohibitions, or take such other action as is warranted, to prevent injury to the United States, or to any person or class of persons for whose protection the action is brought. NGA: 5X52.227-9001 ACTIVITIES THAT AFFECT U.S. PERSONS (DEC 2004) This contract is sponsored by the National Geospatial-Intelligence Agency. All work and services to be performed hereunder shall be in strict compliance with procedures set forth in DoD 5240.1-R. NGA 5X252.204-7000-90 PUBLIC RELEASE OF INFORMATION (APR 2004) Information pertaining to this contract shall not be released to the public except as authorized by the Contracting Officer in accordance with DFARS 252.204-7000, Disclosure of Information. Requests for approval to release information pertaining to this contract shall be submitted to the Contracting Officer by means of NGA Form 5230-1, National Geospatial-Intelligence Agency Request for Clearance for Public Release. 4.0 Contract Clauses (see Attachment)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ee0e77d5b6ee15a563064d3b8cbcf735)
 
Place of Performance
Address: Vendor premises, United States
 
Record
SN02562196-W 20110904/110903000130-ee0e77d5b6ee15a563064d3b8cbcf735 (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.