Washington Bids > Bid Detail

N025--Sources Sought- Executive Protection Vehicle Equipment Uninstall/Installation

Agency:
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159998463600857
Posted Date: Nov 2, 2023
Due Date: Nov 17, 2023
Source: https://sam.gov/opp/3dfe485b8b...
Follow
N025--Sources Sought- Executive Protection Vehicle Equipment Uninstall/Installation
Active
Contract Opportunity
Notice ID
36C10X24Q0020
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
SAC FREDERICK (36C10X)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 02, 2023 01:25 pm EDT
  • Original Response Date: Nov 17, 2023 01:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: N025 - INSTALLATION OF EQUIPMENT- VEHICULAR EQUIPMENT COMPONENTS
  • NAICS Code:
    • 811111 - General Automotive Repair
  • Place of Performance:
    Within a 155 mile radius of : 931 17th ST. NW, Washington, DC , 20006
    VIR
Description
36C10X24Q0020
Sources Sought Notice
Executive protection vehicle equipment uninstallation and installation
36C10X24Q0020
November 02, 2023
Introduction:
This is a Sources Sought notice requesting information for market research purposes in accordance with Federal Acquisition Regulations (FAR) Part 10 procedures. This is not a solicitation, nor does it guarantee a solicitation will be issued. Requests for a solicitation will not receive a response. This is not a request for proposals, and it does not obligate the government in any manner. All business may respond, however, the government is most interested in finding a capable Service Disabled Veteran Owned Small Business/Veteran Owned Small Business (SDVOSB/VOSB).
The Department of Veterans Affairs (VA) Office of Human Resources and Administration (HRA), Office of Operations, Security and Preparedness (OSP), Office of Security and Law Enforcement (OSLE) is responsible for developing policies, procedures and standards that govern VA s infrastructure protection, personal security and law enforcement programs, protecting Veterans, visitors, and staff on Department facilities and grounds. OSLE works regularly with several Federal law enforcement agencies in areas such as information sharing, training, planning and policy development. One of the Secretary s top Human Resources Initiatives is to modernize the VA Police Force.
Requirements:
VA SAC is conducting market research to identify companies that can support the removal of emergency equipment, siren packages, two-way radios and associated accessories from the current lease of two (2) fleet vehicles. The Contractor must test and advise if the old two-way radio equipment from the current two (2) vehicles can or cannot be installed in five (5) newer vehicles and select replacement equipment for the vehicles if necessary. After removal, the Contractor must properly dispose of inoperable items. OSLE also requires Contractor support with providing and installing new emergency equipment, siren packages and two-way radio equipment for three (3) of 5 stripped vehicles.
Task 1 Removal of grill lights, running board lights, rear side window lights, fender lights, front Phantom interior lightbar, siren package (BETA/MPC01), two-way radio, rear taillight flasher and headlight flasher for two (2) Chevy Suburbans.
Task 2 Installation of law enforcement emergency equipment, siren package, two-way radio equipment and accessories. (Note)* If the two-way radios are properly functioning, the Contractor must install the new equipment into the 2 (two) replacement vehicles to include: Installation of front window emergency lights, installation of rear side window emergency lights (adhesive, internal wiring), installation of rear deck window emergency lights, installation of handheld siren (siren, handset, associated wiring), window tint (rear and side), installation of two-way radio mount and antenna (side, window and external antenna mount), confirm antenna type and length before installation with designated OSLE representative, Installation of Iridium satellite phone cradle, cable, antenna, and associated wiring. The cradle will be installed in the front right passenger s seat adjacent to the center console, installation of drivers side and passenger side running board flashing lights and installation of drivers side and passenger side mirror flashing lights.
(Note*) OSLE may provide a satellite phone to ensure proper fit prior to installation.
Please provide the following information for each task identified above:
Current lead time for ordering and the delivery of parts
Estimated timeframe to uninstall and install emergency equipment
How soon can work begin
Are parts currently on hand
Estimated Cost per part, labor and time
Responses:
Please submit the information requested in this sources sought notice by 13:00PM EST on November 17, 2023, to Anthony Hodgdon at anthony.hodgdon@va.gov and Cynthia Washington at cynthia.washington2@va.gov. VA reserves the right to not respond to any, all, or select responses or materials submitted. If you experience any problems or have any questions concerning this announcement, please contact anthony.hodgdon@va.gov or cynthia.washington2@va.gov.
Please answer the following questions and include the requested information as part of your response to this source sought.
General
Include the following identification information as it pertains to your organization:
Company Name
Company Unique Entity Identification Number
Company Address
Company points of contact name, telephone number and email address
Company Business Size
If SDVOSB/VOSB company, please include verification in SBA VETCERT

VA anticipates that this effort would fall within North American Industry Classification System (NAICS) Code 811111, General Automotive Repair, which has a size standard of $9.0M. If you believe there is a more appropriate NAICS code, please provide that information to the Government with your rationale.

With respect to the subject effort, would you be the prime contractor? As the Prime Contractor, what percentage of equipment uninstallation and installation would you perform?

Capability Statement
Please submit a capability statement describing your company s abilities to provide the requested services identified in this Sources Sought notice. The capability statement shall be limited to 10 pages.
Results Information
Sources Sought responses will not be returned. Respondents will not be notified of the Government's evaluation of the information received. Any information or comment resulting from this source sought request that is determined to be useful will be used to help the Government further define their requirement and may be incorporate into the final version of the Product Description. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted under this Sources Sought notice.

Disclaimer
This Sources Sought notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought notice.
Attachments/Links
Contact Information
Contracting Office Address
  • 5202 PRESIDENTS COURT SUITE 103
  • FREDERICK , MD 21703
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 02, 2023 01:25 pm EDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >