Public Display Solicitation

You must Log in with your eHawaii Account to respond to a solicitation.

Q23003101 TRUCKVAULT Insert and support equipment with installation

General Information
Solicitation Number
Q23003101
Status
Awarded
Department
Corrections and Rehabilitation
Division
Sheriffs Division
Islands (where the work/delivery is to be performed)
Oahu
Category
Goods and Services
Release Date
06/09/2023
Offer Due Date & Time
06/16/2023 02:00 PM
Description
The Sheriff Division is seeking submissions for the following project:

Provide and install TRUCKVAULT Sport Utility/Commander Line Chief Multi-Level Mid-Length rear insert system.

The factory specifications and options for the insert system will be:
Exterior Carpet Coating: Grey
Interior Carpet: Grey
Drawer Fronts: Black Composite
Drawer Locks: Push Button with Key
Package Dividers: None
Technology Platform: 1 Drawer 12volt/110volt TTP
In-Drawer Lighting: 4 in-Drawer Lights
Table Extension: Heavy Duty Table Extension 4.5”
Map Board: Map Board with Pencil Cubby
Steel Shroud: Shall be installed
3 sets of keys for the locks shall be provided

The above item shall be installed in a 2021 Chevy Tahoe SSV Police Utility Vehicle. In addition to the above insert the contractor shall furnish and install a Kenwood VM6000 radio head that will connect to the existing VM6000 radio installed in the vehicle to allow dual-head radio use. Installation of the remote head shall conform to Kenwood Factory installation standards. Included in this installation shall be a speaker and remote microphone with magnetic mount.

Contractor shall ensure that the electrical components of the insert are directly connected and circuit protected to the factor power source within the vehicle.

Contractor shall have installation site on Oahu where all work will be performed. Vehicle will be available for inspection during the build process by the Sheriff Division Project Manager.

Bidders shall provide a written estimate detailing the specifications and pricing they are submitting at the time of the bid submission. Included in this estimate shall be the location of the work to be performed. This will be used to assess submissions to ensure they meet the project specifications.

No substitutions will be accepted.
Contact Person
Yonesaki, Bruce M
Email
bruce.m.yonesaki@hawaii.gov
Phone
808-223-1703
General Comments
Procurement Officer
Marc Yamamoto
Attachments
103D-1 General Conditions.pdf

Direct all questions regarding this Solicitation, and any questions or Issues relating to the accessibility of this Solicitation (Including the appendices and exhibits to this Document, and any other document related to this Solicitation), to: Yonesaki, Bruce M.

Q23003101 TRUCKVAULT Insert and support equipment with installation

Line Items
#
Title
Quantity
Unit of Measure
Commodity Code
 
Code Table
General
Quantity
1
Unit of Measure
LOT
Title
TRUCKVAULT Insert with installation and support equipment
Description
Provide and install TRUCKVAULT Sport Utility/Commander Line Chief Multi-Level Mid-Length rear insert system.

The factory specifications and options for the insert system will be:
Exterior Carpet Coating: Grey
Interior Carpet: Grey
Drawer Fronts: Black Composite
Drawer Locks: Push Button with Key
Package Dividers: None
Technology Platform: 1 Drawer 12volt/110volt TTP
In-Drawer Lighting: 4 in-Drawer Lights
Table Extension: Heavy Duty Table Extension 4.5”
Map Board: Map Board with Pencil Cubby
Steel Shroud: Shall be installed
3 sets of keys for the locks shall be provided

The above item shall be installed in a 2021 Chevy Tahoe SSV Police Utility Vehicle. In addition to the above insert the contractor shall furnish and install a Kenwood VM6000 radio head that will connect to the existing VM6000 radio installed in the vehicle to allow dual-head radio use. Installation of the remote head shall conform to Kenwood Factory installation standards. Included in this installation shall be a speaker and remote microphone with magnetic mount.

Contractor shall ensure that the electrical components of the insert are directly connected and circuit protected to the factor power source within the vehicle.

Contractor shall have installation site on Oahu where all work will be performed. Vehicle will be available for inspection during the build process by the Sheriff Division Project Manager.

Bidders shall provide a written estimate detailing the specifications and pricing they are submitting at the time of the bid submission. Included in this estimate shall be the location of the work to be performed. This will be used to assess submissions to ensure they meet the project specifications.

No substitutions will be accepted.
Attachments

Print

Direct all questions regarding this Solicitation, and any questions or Issues relating to the accessibility of this Solicitation (Including the appendices and exhibits to this Document, and any other document related to this Solicitation), to: Yonesaki, Bruce M.

Q23003101 TRUCKVAULT Insert and support equipment with installation

Instructions
  • QUESTIONS ABOUT THIS SOLICITATION: Unless otherwise indicated, questions regarding this solicitation must be directed to the Buyer listed.
  • TRANSACTION FEES: The awarded vendor shall pay a transaction fee of 0.75% (.0075) of the award, not to exceed $5,000 for each award. This transaction fee shall be based on the original award amount and the awarded vendor shall be responsible for payment of the fee to Tyler Hawaii, the vendor administering the HIePRO. Payment must be made to Tyler Hawaii within thirty (30) days of receipt of invoice. The invoice is generated based on the date the award is posted.
  • RESPONSE TO THIS SOLICITATION: Only responses submitted through HIePRO shall be considered for award.
  • ADDITIONAL FEES AND CHARGES: Vendors shall include all applicable fees, charges, surcharges, shipping/handling, delivery, or any other charges associated with this solicitation in the price submitted.
  • VENDOR NON-COMPLIANCE : NON-COMPLIANCE may result in a vendor not receiving an award, delay of payment, or cancellation of award. If the vendor does not maintain timely compliance, which is the vendor’s responsibility, an offer otherwise deemed responsive and responsible may not be awarded. State agencies may check for compliance at any time.
  • HAWAII GENERAL EXCISE TAX (GET): Unless otherwise stated in this solicitation, vendors shall include all applicable taxes in the price submitted. The Hawaii General Excise Tax (GET) shall not exceed 4.712% for the islands of Oahu, Kauai and Hawaii, and 4.1666% for the island of Maui.
  • VENDOR REGISTRATION IN HAWAII COMPLIANCE EXPRESS (HCE) : Vendors can register at https://vendors.ehawaii.gov/hce via an annual subscription fee and should subscribe prior to responding to a solicitation. For more information visit the HCE Section of the FAQs at http://spo.hawaii.gov/faqs/#tabs-4.
  • VENDOR COMPLIANCE – PAPER DOCUMENTS : Vendors not utilizing HCE shall provide paper certificates that must be valid at the time of award. All applications for applicable clearances are the responsibility of the vendor, who must be compliant pursuant to HRS§103D-310(c) with the chapters 1) Chapter 237, General Excise Tax Laws; 2) Chapter 382, Hawaii Employment Security Law; 3)Chapter 386, Worker’s Compensation Law; 4) Chapter 392, Temporary Disability Insurance; 5)Chapter 393, Prepaid Health Care Act; and 6) §103D-310(c), Certificate of Good Standing (COGS) for entities doing business in the State. Upon receipt of compliance paper documents (A-6, LIR#27, COGS), the purchasing agency reserves the right to verify their validity with the respective issuing agency.
  • OFFER DEEMED FIRM/AUTHORITY TO SUBMIT OFFER: Submission of an electronic response to the State of Hawaii constitutes and shall be deemed an offer to sell the specified goods and/or services to the State of Hawaii at the price shown in the response and under the State's Terms and Conditions. The electronic response submitter certifies that he/she is authorized to sign the response for the submitting vendor and that the response is made without connection with any person, firm, or corporation making a response for the same goods and/or services and is in all respects fair and without collusion or fraud.
  • COMPLIANCE AND DOCUMENTATION: Vendors are required to be compliant with all appropriate state and federal statutes. Proof of compliance is required through HCE or via paper documentation.