WCF Police Fleet Equipment Installation Support Services

Agency:
State: Texas
Level of Government: Federal
Category:
  • 25 - Vehicular Equipment Components
Opps ID: NBD00159533236127097
Posted Date: Jan 17, 2024
Due Date: Jan 24, 2024
Source: Members Only
Follow
WCF Police Fleet Equipment Installation Support Services
Active
Contract Opportunity
Notice ID
2031ZA24Q00072
Related Notice
Department/Ind. Agency
TREASURY, DEPARTMENT OF THE
Sub-tier
BUREAU OF ENGRAVING AND PRINTING
Office
OFFICE OF THE CHIEF PROCUREMENT OFFICER
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 17, 2024 04:41 pm EST
  • Original Date Offers Due: Jan 24, 2024 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 08, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 2590 - MISCELLANEOUS VEHICULAR COMPONENTS
  • NAICS Code:
    • 336320 - Motor Vehicle Electrical and Electronic Equipment Manufacturing
  • Place of Performance:
    Fort Worth , TX 76131
    USA
Description

I.



This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



II. Introduction



The Bureau of Engraving and Printing (BEP), Western Currency Facility (WCF) has a requirement to obtain police fleet equipment and installation services for its new GSA leased police vehicles.



The mission of BEP is to produce the nation’s currency. The WCF is a closed, high-security facility – Police Service Branch personnel enforce laws for the protection of persons and property; prevent breaches of the peace; enforce the laws, directives and regulations which govern the BEP; and to protect the nation’s currency, the Bureau’s employees, and its property.



III. Scope of Work



The BEP requires equipment and installation services in three (3) police vehicles which are 2024 Ford Explorer Sport Utility Vehicles. The contractor shall provide all labor, travel, parts, materials, transportation, equipment, and tools to deliver the requested products and the requested installation services described.



IV. Technical Requirements.



A. To ensure that the new equipment conforms with standardized signaling and console systems installed in existing BEP vehicles, the contractor shall provide and install only products which are consistent with current law enforcement industry standards. Please see Attachment A, Equipment List for the specific equipment.



B. The contractor shall provide push bumpers, spotlights and install kits in vehicles. The equipment shall be Unity Vehicle and Pro-Gard or equal products.



C. Installation Services: Contractor shall provide labor and materials associated with the removal of any equipment of vehicle parts in each of the three (3) vehicles in order to properly install any piece of purchased equipment.



Contractor shall install all equipment identified in Attachment A, Equipment List. Installation shall be completed either on-site at the Western Currency Facility (WCF) or at a facility of the contractors choosing that is located within thirty (30) miles of the WCF.



Vehicles shall be free from defects that may impair their serviceability or detract from appearance. All components shall be new. Defective or refurbished components shall not be installed.



V. Scheduling



Delivery and installation shall be planned, coordinated, and scheduled with the Contracting Officer Representative (COR) or authorized designee. Delivery cannot cause damage to these items. If damages occur during delivery, the contractor is fully responsible for replacing any damaged item.



VI. Inspection and Validation.



The COR or Police Administrative Sergeant shall inspect all equipment to include sub-systems, and components to ensure receipt of an acceptable product according to specifications in the Statement of Work (SOW) and attached equipment list. Any product found unacceptable will be rejected. Any equipment that is delivered on-site that is damaged, shall be photographed by the BEP for records and returned to the contractor for repair or replacement at no additional cost to the BEP.



The BEP will validate receipt of all equipment and conduct an acceptance test to ensure that all equipment, sub-systems and components are properly installed in accordance with the requirements stated in the Statement of Work and are installed in compliance in accordance with original equipment manufacturer installation requirements and instructions. All components must be fully operational after installation.



The Bureau will reject equipment for the following reasons:




  • Rough, sharp or unfinished edges, burrs, seams, corners, and joints

  • Non-uniform panels

  • Paint runs, sags, peels and any other imperfection or lack of complete coverage of paints coatings.

  • Body panels or components that are uneven, unsealed, or contain cracks, dents, or have voids.

  • Misalignment of body fasteners, glass, viewing panels, light housings, other items with large or uneven gaps, spacing, etc. such as door, body panels, and hinged panels

  • Improperly fabricated and route wiring or harnesses, and electrical connections.

  • Improperly supported or secured hoses, wiring harnesses, mechanical controls etc., including interference with other components

  • Interference of chassis components, body parts, doors, etc.

  • Leaks of any gas, vacuum, or fluid lines (air conditioning, coolant, oil, etc.).

  • Noise, panel vibrations etc.

  • Inappropriate or incorrect use of hardware, fasteners, components, or methods of construction.

  • Incomplete or improper welding, riveting or bolting.

  • Lack of uniformity and symmetry where applicable

  • Loose, vibrating, abrading body parts, components, subassemblies, hoses, wiring harnesses or trim

  • Improper interface with the chassis that could cause injury during normal use or maintenance, and which fail to provide access to perform routine or mandatory repairs or maintenance on vehicle electrical and mechanical systems

  • Sagging non-form fitting upholstery or padding, holes, tears, discoloration, etc.

  • Incomplete or incorrect application of rust proofing

  • Visual deformities and equipment malfunctions

  • Unsealed appurtenances or other body components, gaskets, etc.

  • In addition, any deviation from specification requirements or any other item, whether or not stipulated herein, that affects form, fit, function, finish, durability, reliability, safety, performance or appearance shall be cause for rejection.



VII. Hours of Operation.



Business work hours are generally from 8:00AM to 4:30PM (Monday thru Friday). The contractor shall not have access to the facility without pre-approval from the designated COR.



VIII. Key Personnel Point of Contact (POC)



The contractor shall provide the Government a primary point of contact along with a back-up point of contact for the duration of this effort. Both individuals shall have the authority to act on behalf of the contractor/vendor and be responsible for all matters regarding the contract.



Contractor shall provide the names of the individuals along with their corresponding contact information (e.g. telephone number, fax number, business address, cell number, and email address) to the COR.



IX. Warranty



The contractor shall provide and clearly state all manufacturers’ warranty information and any additional warranties offered directly by the contractor. The products shall carry a warranty to be free from defects in material and workmanship for at least one (1)year. Warranty shall become effective from the date equipment installation is completed and accepted by the Bureau.



X. Delivery Instructions.





Items needed to be delivered to the BEP’s Fort Worth, Texas facility shall be delivered to the following address:



Bureau of Engraving and Printing-WCF



9000 Blue Mound Road



Fort Worth, Texas 76131



Attn: Sgt Henriquez- Police Administrative Sergeant



Over the road vehicles having an overall height exceeding 12’6” (3.8 meters) empty, or an overall length exceeding 42’ (12.2 meters) cannot be accommodated at our receiving platform.



To resolve any delivery issue, please contact Shipping & Receiving at (817) 847-3822 care of Material Handler/Leader.



Delivery Requirements



The following DELIVERY information must be provided when scheduling delivery appointments: (1) Name of supplier/manufacturer; (2) Contract/Purchase Order #; (3) Total number of items; (4) Total weight; and (5) Date and time of delivery.



Deliveries to WESTERN CURRENCY FACILITY, 9000 BLUE MOUND ROAD, FORT WORTH, TEXAS: Vendors must call the Receiving Area at (817) 847-3822 at least twenty-four (24) hours in advance to schedule all deliveries. Appointments may be made during normal working hours of 7:00 am to 3:00 pm or after hours at (817) 847-3831. Receiving hours are from 7:00 am to 2:30 pm local time, Monday through Friday, excluding holidays. To resolve any delivery issue, please contact Shipping & Receiving at (817) 847-3831 or (817) 847-3822.



XI. Deliverables.



The contractor shall provide all of the equipment in support of this effort within forty-five (45) days after award and shall complete all equipment installation within thirty (30) business days after receipt of all ordered equipment from the product manufacturer.



Contractor shall provide supplier instruction and operator manuals for each vehicle after equipment has been installed and vehicles have been accepted by the Bureau.



XII. Security Clearance of Contractor’s Employees



A. Access Requirements: The Government, for the purpose of site access control, operates an entry control point. Contractors, subcontractors, and suppliers will be required to show a valid government issued photo identification to enter the site or will be denied entry until approved to do so by authorized personnel. The Government's operation of an entry control point does not relieve the Contractor of its responsibility for the security and control of its own equipment, material, and personnel.



All Contractor personnel must stop at the Entry Control Point (Processing Center) to receive an "Escorted Visitor Badge" which must be worn at all times while on BEP premise. Escorts provided by the BEP.



Any Contractor personnel who will be on site for 30 aggregate days or less in a calendar year will be required to be escorted and receive a Visitor Escort badge.



Any contractor personnel who require access to the site for more than 30 aggregate days in a calendar year, BEP form 2276, Contractor Access Request Form (CAR), must be completed. This form is submitted to Personnel Security to request a background investigation on those Contractors that require short term or long-term access to the facility. The Contractor will furnish the names of those contractors meeting this requirement to the COR in advance of any work being started on the contract allowing the Security Office to conduct said checks. No access will be granted to perform work on the contract until Personnel Security has cleared them. The Contracting Officer’s Representative (COR) will notify the contractor when clearance has been granted.



Any Contractor personnel who require Short Term access which is access on site for more than 30 aggregate days in a calendar year but does not exceed 180 days, must undergo a limited background investigation. The contractor will be required to complete a Criminal History Check release form and have an FBI fingerprint check completed. The contractor must provide proof of citizenship by providing an original or certified copy of a state issued birth certificate or valid US Passport; or proof of legal residency and employment authorization; an original social security card; and proof of identity such as a valid driver’s license or state identification card.



The release forms will be provided to the contractor during their fingerprint appointment with Personnel Security at the site. These contractors will be issued a Visitor Escort badge.



Any contractor personnel who will require Long Term access which is access onsite for more than 180 aggregate days in a calendar year of the contract is for 180 days or more, will be required to undergo a (Tier 1) background investigation in addition to the requirements for Short Term access, prior to the beginning of that individual’s work on site. The Contractor will furnish the COR a listing of each employee meeting this requirement. All contractor personnel that require this type of background investigation will submit an eApplication through use of the Office of Personnel Management’s electronic Questionnaire for Investigative Processing (e-QIP). A point of contact from the company will be required for Personnel Security to furnish information regarding completion of the eApplication and required release forms. Contractor personnel will have 10 calendar days to complete the eApplication or access to the facility may be denied. If the contractor fails to complete the eApplication in the allotted time, their profile will be deleted, and the COR will be notified. The COR may resubmit the request using a new CAR form. If the contractor fails to complete the eApplication on the second request, no further requests can be submitted, and the contractor will not be allowed access to the facility to include access as a Visitor.



Contractors that require a background investigation must submit to the Personal Identity Verification (PIV) process and be “identity proofed”. Contractors will be required to provide two valid and unexpired authorized forms of identification with at least one being issued by a federal or state government and contain a photograph. Those Contractor personnel that undergo a background investigation for long-term access will receive a badge with a photograph and will not be required to be escorted in areas where they have badge access.



BEP has the right to deny access to the facility to anyone who is determined to be unsuitable for access to the facility. The determination of unsuitable does not reflect on the individual's suitability for employment with the contract company, only access to the facility. All operators of motor vehicles shall have a valid and unexpired State Driver's License while operating a motor vehicle on the premises of the Western Currency Facility.



The uniformed Police must open all packages carried by persons entering or leaving the Bureau for inspection. Personal packages may not be brought into the Bureau (except lunches, work clothing, and equipment necessary for work). Unauthorized removal of Government property is punishable by law.



B. Escort: All Contractor personnel (except when issued a picture badge) must be escorted at all times while on Bureau premises.



C. Badge with Photo: Contractor personnel issued this badge may proceed without Bureau employee escort in corridors, warehouse areas, etc., except security areas where entry is controlled by a police check point, or other areas where securities are processed. Personnel issued these badges may escort visitors authorized by the COR in areas where they have badge access.



D. Conduct on Bureau of Engraving and Printing property. Contractors are advised to maintain compliance with the following:



All persons entering the property may be subjected to inspections of their vehicles, personal handbags, briefcases, and other handheld articles.



Persons in and on the property shall comply with the instructions of BEP Police, other authorized officials, and posted signs or notices.



Entering or being on the property, or operating a motor vehicle thereon, by a person under the influence of intoxicating beverages, narcotics, hallucinogenic or dangerous drugs, or marijuana, or the consumption of such beverages or the use of such drugs or marijuana in or on the property is prohibited. Intoxicants, nonprescription narcotics, and other controlled substances (21 CFR Part 1308) are prohibited on the property.



The taking of photographs on the property is prohibited, without the written permission of the Director.



No person while on the property either shall carry firearms, other dangerous or deadly weapons, or explosives, openly or concealed, except for official purposes. According to 18 United States Code, Section 930, “dangerous weapon” means “a weapon, device, instrument, material, or substance, animate or inanimate, that is used for, or is readily capable of, causing death or serious bodily injury, except that such term does not include a pocketknife with a blade of less than 2 ½ inches in length.”



XIII. Proposed Schedule.



See attached SOW for detail.



Successful delivery of all agreed upon requirements. The COR and Administrative Sergeant will review and accept criteria if in compliance with all agreed upon actions within the contract as specified.


Attachments/Links
Contact Information
Contracting Office Address
  • 14TH&C STREET, SW
  • WASHINGTON , DC 20228
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 17, 2024 04:41 pm ESTCombined Synopsis/Solicitation (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 >