SOLICITATION NOTICE
23 -- Passenger Low Flooor Bus for VA Greater Los AngelesHealthcare System
- Notice Date
- 7/25/2008
- 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-0376
- Response Due
- 8/4/2008
- Archive Date
- 9/3/2008
- Point of Contact
- Chelsea BlackContract Specialist
- Small Business Set-Aside
- Total Small Business
- Description
- SCHEDULE OF SUPPLIES AND SERVICES Item # Description Qty. Unit Price Total 1Passenger Low Floor Bus, Equipped and Furnished per specifications. 1 $ $ This is a combined synopsis/solicitation for the procurement of a Passenger low floor 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 05-26. This procurement is utilized as a Small Business Set-Aside. The solicitation number for this Request for Quotation is VA-262-08-RQ-0376. 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 Low Floor Bus. Salient characteristics of equipment components are as follows: Approximate Dimensions: Body Length: 361' Body Width: 102' Body Height: 97''' Step height from ground: Front14.5'', 12.5'' Kneeled Year and Mileage Specifications Year: All vehicles shall be a 2006 or newer Mileage: All vehicles shall not have mileage in excess of 20,000 miles 1. CONSTRUCTION SPECIFICATIONS: A.) Construction: The Passenger Low Floor 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 "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: "Interior Dome lighting "Incandescent Entry/Exit ADA lighting 2. CHASSIS SPECIFICATIONS: International 3200 LC Low Floor Bus or equal brand A.) The Wheelbase shall be approximately 217'' B.) Engine: The engine shall be a VT365 diesel engine. C.) Transmission: The transmission shall be an Allison Automatic Transmission or equal brand. D.) Brake System: "Air Brakes with Air Ride Suspension "Four (4) wheel Antilock Brakes "Four (4) wheel Drum Brakes E.) Wheels & Tires: "19.5'' Stainless Steel Inserts 3. PASSENGER SEATING: A.) Capacity: The seating capacity of the vehicle shall accommodate approximately: "25 seated passengers "5 ADA Wheelchair positions. "Bus shall have sufficient capacity to transport seven (7) Midmark 900 ward gurneys if permanent seats are removed and vinyl triple and double flip style seats are installed as needed around the inside perimeter of the bus. 4. INTERIOR TRIM: The interior trim shall consist of vinyl clad aluminum interior panels and no mar headliner. 5. DOORS/HATCHES/WINDOWS: A.) Entry Door opening shall be approximately 38'' 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 heater and air conditioning unit capable of providing heating/cooling throughout the entire vehicle. 8. PUBLIC ADDRESS (PA) SYSTEM: Contractor shall provide a PA system which includes a microphone with floor mounted controls and speakers. 9. SAFETY EQUIPEMENT: "First Aid Kit "5lb. Fire Extinguisher, mounted near driver "Flare Kit "Reflectors 10. ADA EQUIPMENT: "Power Ramp with driver controls "Four point tie down system with recessed floor pockets 11. WARRANTY: Contractor shall provide a warranty with a minimum of 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 a minimum of 12 months, unlimited mileage. PLACE/PERIOD OF PERFORMANCE: The Passenger Low floor Bus shall be delivered to 11301 Wilshire Blvd. Los Angeles, CA 90073. Point of contact shall be Ms. Glenda Davidson, Chief of Transportation. Delivery of the Passenger Transit Bus shall take place within 10 days after order receipt. PROVISIONS/CLAUSES: Offeror shall submit a complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (JUNE 2008). 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 (JUNE 2008); 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 (JUNE 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). (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). Proposal shall be accepted via email or by postal mail only. No Facsimile proposals shall be accepted. 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 (NBC/MS) 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.Completed copy of the Schedule of Supplies and Services. 2.References: name and phone numbers of three (3) customers who have purchased, leased, or rented or purchased equivalent items. 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 (JUNE 2008). 6.Company's DUNS number. DEADLINE: Offers are due on August 4, 2008, 2:00 p.m., Pacific Standard Time. Submit offers or any questions to the attention of Chelsea Black, Contract Specialist, Telephone (562) 826-5857 or email Chelsea.Black@va.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6bdc638767aa4ff98639b914afb0d9ef&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
- SN01623748-W 20080727/080725224521-6bdc638767aa4ff98639b914afb0d9ef (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 |