SOLICITATION NOTICE
23 -- Passenger Transit Bus
- Notice Date
- 4/30/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 441229
— All Other Motor Vehicle Dealers
- Contracting Office
- Department of Veterans Affairs, Long Beach VANLO, Department of Veterans Affairs, Department of Veterans Affairs;Network 22 Logistics Office;5901 E. 7th Street;Long Beach CA 90822
- ZIP Code
- 90822
- Solicitation Number
- VA-262-08-RQ-0227
- Response Due
- 5/7/2008
- Point of Contact
- Chelsea Black562-826-5857
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for the procurement of a Passenger Transit Bus 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. Provisions and clauses are incorporated through Federal Acquisition Circular 05-24. This procurement is utilized as a Small Business Set-Aside. The solicitation number for this Request for Quotation is VA-262-08-RQ-0227. The North American Industry Classification System Code (NAICS) is 441229. DESCRIPTION OF SUPPLIES/SERVICES: The VA Greater Los Angeles Healthcare System has a requirement for a Passenger Transit Bus. Salient characteristics of equipment components are as follows: Approximate Dimensions: Body Length: 35' Body Width: 96'' Body Height: 120'', includes A/C Step height from ground: Front13'', 9'' Kneeled Step Height from ground:Rear 13'' Width, Interior:90'' Width, Front Door (clear):42'' Width, Rear Door (clear):42'' Height, Door (clear):77'' 1. CONSTRUCTION SPECIFICATIONS: A.) Construction: The Passenger Transit bus shall include a self supporting welded steel low floor chassis, extruded aluminum body structure with aluminum exterior panels, replaceable/repairable lower bolt-on side skirts, and FRP Front, Rear and Transition caps. B.) Flooring -Step Nosing: "Altro Transfloor Grey Storm "Yellow Step Nosing and Standee Line C.) Electrical: "Electric Door Controls "Ergonomic Driver Control Panel D.) Exterior Lights: "Complete LED ICC Lighting "LED Rear Stop Turn Lights E.) Interior Lights: "Florescent Cove lighting with driver controls "Incandescent Entry/Exit ADA lighting F.) Exterior Paint/ Graphics: "The complete exterior of the bus shall be white in color. 2. CHASSIS SPECIFICATIONS: A.) Gross Vehicle Weight Rating (GVWR): "28,570 lbs. B.) Frame: "7.69 x 3.18 x 0.228'' Single Channel 36,000 PSI Steel "6-Crossmembers, (Includes two (2) lateral spacers, four (4) longitudinal spacers and twelve (12) body mounts "Section Modulus: 5.73 cubic inches C.) The Wheelbase shall be 214'' D.) Engine: The engine shall be a Cummins ISB or equal brand with 260 horsepower. E.) Transmission: The transmission shall be an Allison B300 R or equal brand F.) Brake System: "Four (4) wheel Antilock Brakes "Four (4) wheel Drum Brakes G.) Front Axel: "S-46LF "9,960 lbs. (GVWR) H.) Rear Axel: "Full Floating Dana / Eaton "7,800 lbs. (GVWR) I.) Rear Suspension: "Twin Air Bag Rear Suspension J.) Wheels & Tires "19.5'' Aluminum 3. PASSENGER SEATING: A.) Capacity: The seating capacity of the vehicle shall accommodate: "31 seated passengers "15 standee passengers "2 ADA Wheelchair positions. B.) Passenger Seat Type: The passenger seats shall consist of anti-vandal fiberglass shells and level 5 fabric seat inserts. The seats shall have a combination forward facing and perimeter arrangement. All wheelchair locations shall include flip style seats. C.) Driver Seat: Bostrom or equal brand driver seat. 4. INTERIOR TRIM: The interior trim shall consist of vinyl clad aluminum interior panels and no mar headliner. 5. DOORS/HATCHES/WINDOWS: A.) Front Entry Door and Center Exit Door shall be approximately 42'' x 77'' in size. B.) Contractor shall provide: "Oversize Passenger View Windows "Rear escape hatch vent "Tip-in Transom window feature " Tinted 31% Light Transmission "Emergency Exit Windows 6. STANCHIONS AND GRAB RAILS: Contractor shall provide: "Dual entry grab rails at all doors "Stanchion and Modesty panel right of the entry door "Stanchion and Modesty panel rear of the driver 7. AIR CONDITIONING & HEATING: Contractor shall provide a ThermoKing MRT or equivalent heating/cooling system with x430 compressor and battery less alternator. 8. PUBLIC ADDRESS (PA) SYSTEM: Contractor shall provide a PA System which includes a gooseneck microphone with floor mounted controls and four (4) speakers. 9. SAFETY EQUIPEMENT: "First Aid Kit "5lb. Fire Extinguisher, mounted near driver "Reflector Triangles 10. ADA EQUIPMENT: "Ricon or equal brand power ramp with driver controls "QRT Tie Downs with recessed floor pockets 11. WARRANTY: Contractor shall provide a warranty for two (2) years or 24,000 miles for the engine, transmission and drive train. All other components of the vehicle are to be under warranty for 12 months, unlimited mileage. 12. ADDITIONAL REQUIREMENTS "Contractor shall cut fiberglass partition and modify the door handle per Government's specifications at no additional charge to the Government. Additionally, the Contractor shall remove six (6) seats in the middle of the bus at no additional cost to the Government. "Contractor shall provide additional wheelchair tie downs and WC track at no additional cost to the Government. PLACE/PERIOD OF PERFORMANCE: The Passenger Transit Bus shall be delivered to 11301 Wilshire Blvd. Los Angeles, CA 90073. Delivery of the Passenger Transit Bus shall take within 30 days after order receipt. PROVISIONS/CLAUSES: Offeror shall submit a complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (NOV 2007). The full text of clauses identified herein may be accessed electronically at these addresses: http://www.arnet.gov/far and http://www.va.gov/oa&mm/vaar. The following Federal Acquisition Regulation (FAR) Clauses and Provisions also apply to the acquisition: 52.211-6 Brand Name or Equal (AUG 1999), 52.212-1, Instruction to Offerors - Commercial Items (NOV 2007); 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007); 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders - Commercial Items (FEB 2008). In paragraph (b) of 52.212-5 the following apply: 52.222-3 Convict Labor (JUNE 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2008), 52.222-26 Equal Opportunity (MARCH 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 52.225-1Buy American Act-Supplies (JUNE 2003), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). 52.217-8 Option to Extend Services (NOV 1999), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232-18 Availability of Funds (APR 1984) and 52.236-7 Permits and Responsibilities (NOV 1991). (In addition, the following VA Acquisition Regulations (VAAR) clauses and provisions are incorporated herein by reference: 852.233-70 Protest content (JAN 2008), 852.233-71 Alternate Protest Procedure. (JAN 1998); 852.237-70 Contractor responsibilities. (APR 1984); 852.270-1 Representative of the Contracting Officer (JAN 2008), and 852.203-70 Commercial advertising (JAN 2008). Facsimile offers are accepted at (562)-961-1379. FAR Provision 52.215-18, Facsimile Proposals, is hereby included. Original proposal shall be submitted on company letterhead, along with descriptive literature for all items offered, to Chelsea Black, Contract Specialist, 5901 E. Seventh Street. Long Beach, CA 90822. CONTENT OF OFFERS: Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Clause 52.212-1, Instructions to Offeror-Commercial Items. As stated in this clause, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Contractor shall submit the following items in its proposal(s): 1.Schedule of Prices: itemized list of system components that provides a line-item description of offered each component and associated unit price. 2.References: name and phone numbers of three (3) customers who have purchased, leased, or rented or purchased equivalent systems. 3.Design/floor plans of unit. 4.Brochures on actual unit proposed (For equivalent equipment, must include component specifications). 5.Complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (NOV 2007). 6.Company's DUNS number. 7.Number of company employees. DEADLINE: Offers are due on May 7, 2008, 12:00 p.m., Pacific Standard Time. Submit offers or any questions to the attention of Chelsea Black, Telephone (562) 826-5857, Fax (562) 961-1379, or email Chelsea.Black@va.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cb6096ed08286e5ff15f3a1572613b31&tab=core&_cview=1)
- Place of Performance
- Address: VA Greater Los Angeles Healthcare System;11301 Wilshire Blvd.;Los Angeles;CA;90073
- Zip Code: 90073
- Zip Code: 90073
- Record
- SN01563702-W 20080502/080430220831-cb6096ed08286e5ff15f3a1572613b31 (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 |