SOLICITATION NOTICE
62 -- (Amendment #1)Installation and Removal of Emergency Equipment (Vehicles)
- Notice Date
- 8/12/2025 11:31:24 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811198
— All Other Automotive Repair and Maintenance
- Contracting Office
- FDA OFFICE OF ACQ GRANT SVCS Beltsville MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- RFQ25Q1282808
- Response Due
- 8/20/2025 7:00:00 AM
- Archive Date
- 09/04/2025
- Point of Contact
- Warren Jackson, Phone: 3018377147
- E-Mail Address
-
warren.jackson@fda.hhs.gov
(warren.jackson@fda.hhs.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This Amendment extends the offer due date to 20 August 2025 10 am EST; and attached is also questions from vendors and answers from the approriate party. Background The Food & Drug Administration (FDA), Office of Criminal Investigations (OCI) is responsible forconducting and coordinating agency criminal investigations relating to violations of the Federal Food, Drug, and Cosmetic Act, Federal Anti-Tampering Act, Title 18 offenses and other areas over which FDA has jurisdiction. The special agents of the OCI are charged with investigating alleged criminal violations within FDA�s jurisdiction. These violations include counterfeit, unapproved and illegal drugs or medical devices; product substitution; health fraud and health care fraud and application fraud among other violations. As law enforcement officers (LEO), OCI special agents are provided with Government-owned vehicles (GOVs) that are required to be outfitted with communication accessories (i.e. radios), emergency equipment (i.e.lights and sirens), truck bed covers, and tinted windows in order for special agents to carry out OCI investigations. Scope The scope of this contract shall include the installation and removal of radios, emergency equipment, truck bed covers and window tinting in GOVs for federal law enforcement officers at FDA OCI. The Contractor shall manage the installation and removal of vehicle radios, emergency equipment, truck bed covers, and window tint for OCI�s GOVs. Requirement The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, non-personal services, and other items necessary to perform the services as defined in each task of this Performance Work Statement. Task 1 � Project Management The Project Management task is required for oversight of the contract activities and all tasks of this contract. This task includes participating in a kickoff meeting as well as providing monthly status reports and monitoring quality of contract services. Kickoff Meeting Requirements: The Contractor shall schedule a kickoff meeting with OCI personnel within 14 days of contract award. The purpose of the meeting shall be to introduce the Contractor Key Personnel and the OCI stakeholders and to identify the overall project layout and expectations. The Contractor shall provide the kickoff meeting presentation within 3 days off the meeting. Monthly Status Report Requirements: The Contractor shall provide monthly status reports to OCI along with the monthly invoices submitted for payment. The monthly status reports shall include a summary of work performed during the month, any problems incurred, and any updates on any outstanding issues. The Contractor shall provide tracking and reporting of each service request submitted. Reports shall be due no later than 10 days after the end of the month for the previous month�s services. Quality Control Requirements: The contract is for performance-based commercial services. The Contractor shall develop and maintain a standardized quality control system to ensure services are performed in accordance with commonly accepted commercial practices and existing quality control systems throughout the life of the contract. The quality control system shall include photos of all installations and a checklist verifying the functionality of the equipment and checking for parasitic draw on the battery prior to the vehicle being released to the agent. The results from the quality control queries shall be maintained by the contractor. Photos of completed work shall be taken by the local vendor. The agent will verify the emergency equipment, communication equipment, truck bed cover and/or window tint are functioning properly after completion of the installation by the local vendor. Requesting and Monitoring Service Requests: The FDA OCI shall provide the following information to the Contractor for service: OCI Agent Name, address and contact number. Regional OCI Office OCI Agent�s immediate supervisor�s name and contact phone number. GSA vehicle tag number or OCI G plate number Requested service(s) to be performed on the vehicle. The Contractor shall report, as requested, the statuses of any in progress and completed service requests. Task 2 � Emergency Equipment Installation Services The Contractor shall coordinate with local, pre-identified, vendors in the general geographical area of the GOV (see Place of Performance section) to provide the installation of emergency equipment. The Contractor shall facilitate the appointment time between the regional agent and the local vendor. Upon completion of the services, the contractor shall receive confirmation from the regional agent that the services were satisfactorily completed. The Contractor shall: Manage a group of local vendors that shall perform installations for the communication and emergency equipment. Ensure that all installations are performed in an efficient manner that focuses on minimizes agent vehicle downtime. Ensure that the required install dates and times are coordinated between local vendor and the OCI regional agent. Verify that the local vendor installs all equipment, and that the equipment is mechanically secured to the vehicle. Installation services requirements: Equipment shall be installed in either Bundle 1 or Bundle 2, as specified in the request submission: Bundle 1 shall include installation of emergency equipment to include two front red and blue LED lights, two rear red and blue LED lights, an external siren speaker, a mini controller, a siren amp and all necessary wiring and cabling Bundle 2 shall include all equipment in Bundle 1 plus two additional LED lights to be installed on the side of the vehicle, front headlight wig wag, and rear taillight wig wag All equipment shall be connected to an ignition-activated power source that has individual fuses for each system including all wiring from the power source. Cutting or splicing into existing vehicle wiring is not acceptable. All wiring/harnesses shall be installed in split wire loom insulation and shall ensure that there is no exposure to abrasion, pinching, snagging, or any danger that can cause failure or fire. All wiring harnesses shall be mechanically secured to the vehicle structure to prevent damage. Insulating grommets shall be used to protect wiring when passing through metal panels or other sharp surfaces. Hot installation is not authorized in OCI GOVs. When the vehicle is turned off, all power to the emergency lights and systems must also be turned off. This is to stop the continuous drain on the car battery and power system while the vehicle is turned off. The emergency equipment may be provided by FDA OCI if equipment is available via OCI�s existing inventory. Otherwise, contractor shall provide emergency equipment for install (see ODC section). Task 3 � Emergency Equipment Removal Services The Contractor shall coordinate with local, pre-identified, vendors in the general geographical area of the OCI regional agent (see Place of Performance section) to provide the removal of the radio and/or emergency equipment to the GOV. The Contractor shall facilitate the appointment time between the regional agent and the local vendor. Upon completion of the services, the contractor will receive confirmation from the regional agent that the services were satisfactorily completed. The Contractor shall: Manage a group of local vendors that shall perform removal of the communication and emergency equipment. Ensure that all removals are performed in an efficient manner that focuses on minimizes agent vehicle downtime. Ensure that the required removal dates and times are coordinated between local vendor and the regional OCI agent. Ensure removal of all emergency equipment and radio equipment, if equipped, and return equipment to FDA/OCI. Removal services requirements: All emergency equipment and radio equipment shall be removed from the vehicle. This includes any front, rear and/or side lights, siren speaker and control box, radio vehicle adapter, 100-watt amplifier, VHF glass mount antenna and all wiring and cabling for the equipment. After emergency or communication equipment is removed, all holes or openings that remain shall be sealed and covered to prevent water intrusion in the vehicle. All removed equipment including wiring/harnesses shall be returned to FDA/OCI, unless there is a concurrent request for equipment to be reinstalled into another GOV. Task 4 � Window Tinting Application Services The Contractor shall coordinate with local, pre-identified, vendors in the general geographical area of the OCI regional agent (see Place of Performance section) to apply window tinting to the GOV. The Contractor shall facilitate the appointment time between the regional agent and the local vendor. Upon completion of the services, the contractor will receive confirmation from the regional agent that the services were satisfactorily completed. The Contractor shall: Manage a group of local vendors that shall perform required window tinting services Ensure that all window tinting is performed in an efficient manner that focuses on minimizes agent vehicle downtime. Ensure that the service dates and times are coordinated between local vendor and the regional OCI agent. Window Tinting Requirements: Window tinting shall be applied to the rear windows, rear passenger windows, driver window, and front passenger window and provide a sun strip on the front windshield with at least Solar Gard Galaxy Window Film or equivalent. The minimum specifications for equivalent window tinting shall be: Guaranteed against fading or color change. Non-reflective (no metal) Signal friendly, including GPS, satellite radios, cellular phones and tire pressure monitoring systems Blocks more than 99% of UV rays to the car interior Available in seven varying shades ranging from 5% light transmittance to 52%. Limited lifetime warranty Visible light transmittance % should start at 5% (limousine tint), however, OCI may designate a higher Visible light transmittance %, up to 52%, if limousine tint/black out is not needed. Task 5 � Window Tinting Removal Services The Contractor shall coordinate with local, pre-identified, vendors in the general geographical area of the OCI regional agent (see Place of Performance section) to provide removal of window tinting to the GOV. The Contractor shall facilitate the appointment time between the regional agent and the local vendor. Upon completion of the services, the contractor will receive confirmation from the regional agent that the services were satisfactorily completed. The Contractor shall: Manage a group of local vendors that shall remove window tint film from GOV windows. Ensure that all window tint removals are performed in an efficient manner that focuses on minimizes agent vehicle downtime. Ensure that the service dates and times are coordinated between local vendor and the regional OCI agent. Other Direct Costs - Equipment Allowable other direct costs in support of the contract may include the emergency equipment (LED lights and siren equipment) and window tint film required to perform the services on the GOVs. Any equipment purchased via ODCs for installation shall be the property of the Government. Any Other Direct Costs (ODCs) shall be submitted through an invoice. All ODCs, other than those ODC acquired under the firm fixed price line items, must be pre-approved by the Contracting Officer Representative (COR). To be eligible to receive reimbursement for ODCs, the Contractor must obtain at least three (3) quotes for each transaction to ensure that adequate price competition was sought, or the Contractor must provide an acceptable justification as to why it was impracticable to do so. The Contractor shall maintain documentation of all reimbursable purchases until three (3) years after the contract is completed and shall provide access to and copies of such documentation, when requested by the Contracting Officer.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b91895e97c9745acbbf2667944f1cc5c/view)
- Place of Performance
- Address: Beltsville, MD 20705, USA
- Zip Code: 20705
- Country: USA
- Zip Code: 20705
- Record
- SN07547707-F 20250814/250812230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |