SOLICITATION NOTICE
23 -- 2008 model, 57 ADULT, HEAVY-DUTY INTERCITY MOTOR COACH
- Notice Date
- 1/29/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336211
— Motor Vehicle Body Manufacturing
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Office of Acquisition Operations, Office of Travel, Motor Vehicles and Card Services(QMA), 2200 Crystal Drive, Crystal Plaza 4, Arlington, Virginia, 22202, United States
- ZIP Code
- 22202
- Solicitation Number
- QMAA-P1-090220-N
- Point of Contact
- Leslie B. Kramer,, Phone: (703) 605-2983, Carmen Calloway,, Phone: 703-605-2674
- E-Mail Address
-
leslie.kramer@gsa.gov, Carmen.Calloway@gsa.gov
- Small Business Set-Aside
- N/A
- Description
- Date: January 29, 2009 Classification Code: 23-Ground affects vehicles, motor vehicles, trailers & cycles NAICS: 336211 Solicitation Number: QMAA-P1-09220-N Contract Line Item Number: 397.1, Set-aside Status: This is not a small business Set-aside. Contracting Office Address: General Services Administration AUTOMOTIVE ACQUISITION SUPPORT DIVISION (QMAA) Automotive/Light Vehicles Division/ P1 Room 1006 2200 Crystal Drive Arlington, VA 22202 INSTRUCTIONS You must submit each of the following as part of your complete package. A) Cover Page. Including the following information at minimum: 1.Company Name as it appears in CCR 2.Company DUNS Number 3.Company Address 4.Company point of contact for the proposal including name, title, phone, and email. B). Representations and Certifications. In accordance with FAR 52.212-3 (or statement that they have been completed in ORCA(c). 52.212-2 Evaluation - Commercial Items. (JAN 1999) C) Price Proposal $ E-FSS-514 PRODUCTION AND INSPECTION POINT(S) (JUN 1990) (a) Production Point. Offeror shall insert, in the appropriate spaces provided below, the names of the manufacturers of the items offered and the address and telephone number of the facility(ies) at which the items will be manufactured or produced. (b) Source Inspection Point. Offeror shall indicate, in the spaces provided below, the location(s) at which the supplies will be inspected or made available for inspection. If the addresses of the respective production and inspection points are identical, the offeror should insert "same" in the inspection point column. PRODUCTION POINT-- INSPECTION POINT ITEMNAME OF NAME, ADDRESS (If other than NO(S).MANUFACTURE(Including County), and Production Point) TELEPHONE NUMBER _____________________________________________ _________________ ______________________________________________________________ ______________________________________________________________ F-FSS-755 IDENTIFICATION OF VEHICLES (OCT 1988) The Contractor must show the applicable GSA Purchase Order number on the carrier's freight bill or other document used in the delivery of vehicles awarded f.o.b. destination under this solicitation. This information is essential to the consignee for identification purposes. Vehicles will not be accepted by the Government without this identifying number. H-FSS-582 EVIDENCE OF SHIPMENT OF MANUALS (OCT 1988) The Contractor shall furnish the Contracting Officer and the cognizant Regional Contract Management Division written evidence of shipment or mailing of Parts and Service Manuals required under this contract. This evidence shall consist of a copy of the transmittal letter (if used) or other written paper identifying the contract, agency and GSA case numbers; and shall show the manuals shipped, the addressee, date and method of shipment; and shall be forwarded as indicated above within 24 hours of the date of shipment or mailing. Such evidence need not be furnished for manuals shipped within the vehicles. I-FSS-644 DEALERS AND SUPPLIERS (OCT 1988) When requested by the Contracting Officer, if other than the manufacturer, the offeror must submit prior to award of a contract, either (1) a letter of commitment from the manufacturer which will assure the offeror of a source of supply sufficient to satisfy the Government's requirements for the contract period, OR (2) evidence that the offeror will have an uninterrupted source of supply from which to satisfy the Government's requirements for the contract period. Purchase Requirement for Motor Coach for Federal Bureau of Investigation ORDER OF PRECEDENCE In the event of a conflict between the text of this purchase description and the references cited above, this purchase description takes precedence. Nothing in this purchase description, however, supersedes applicable state and federal safety laws and regulations and the requirements set forth in the vehicle manufacturer’s Bodybuilders and Incomplete Vehicle Manuals. A. Description of Action This is a combined synopsis/solicitation for the acquisition of new commercial vehicle(s) from current new car dealer’s inventory, prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award prescribed under FAR 13.5 Test Program for Certain Commercial Items. This announcement constitutes the only solicitation; quotes are being requested; and a written solicitation will not be issued. All amendments and any other official communications, if any, from the agency regarding this solicitation will be distributed via www.fbo.gov or by a means that provides access to the notice of proposed contract action through the Government-wide point of entry. B. Scope The General Services Administration (GSA) requires the follow vehicle(s): Make/Model: 2008 model, 57 ADULT, HEAVY-DUTY INTERCITY MOTOR COACH Line Item: 397 Quantity: One (1) Exterior Color: WHITE (1) At a minimum, the following are required: 2008 model 57 ADULT, HEAVY-DUTY INTERCITY MOTOR COACH. STANDARD EQUIPMENT FEATURES 1.Bright white exterior paint. 2.Remote controlled and heated exterior mirrors. 3.Interior walls carpet surface to aid in noise reduction. 4. Fluorescent overhead interior lighting. 5.Individual high back reclining seats. 6.Medium grey color 2.2 mm thick Altro transit flooring. 7.Fixed tinted touring passenger windows. 8.Coolant system equipped with constant tension hose clamps and extended life coolant. 9.Large under body storage compartments. COMPONENTS BODY/CHASSIS 57 Adult Passengers Body exterior width of 102 inches, Mfg. Model Code-Express 4500; MODEL HPA2 Wheelchair Equipped handicap package, ADA compliant, two wheelchair positions. Engine Minimums, Type, CAT C13, 6 cylinder 12.5L; 410 horsepower, minimum; 1450 (lb/ft) torque Engine hour meter, engine block heater TRANSMISSION Automatic Transmission- Allison B500/ 6 speed, TranSynd Synthetic transmission fluid for Automatic transmission BRAKES Air Brakes-Air-Disc-All wheel Ends Engine compression Brake AXLE Axle-Front-Minimum 16, 0000 lbs. GAWR; DRIVE AXLE-Lube for Life-Front and Rear Axle, Traction Assist-Automatic ELECTRICAL Switch-Battery-Master Disconnect; power receptacle-12 volt-10 amp minimum Alternator, Minimum (amps) Bosch 280 amps. 24v; Battery minimum (CCA) (2) 8D FUEL Fuel/water separator, heated; fuel capacity, minimum 200 gallons. EXTERIOR Landing lights; 355 cu. ft. under-body storage compartment. Mirrors- exterior-rearview-heated/remote. PAINT Body paint color, Bright White/black (std); white roof. DOORS AND WINDOWS Electric luggage compartment doors, door entrance-power operated- air operated, sedan style; door locks, passenger door- sedan type, window-passenger-fixed touring; wipers-windshield intermittent- minimum 3 delay intervals, LIGHTS AND LIGHTING Individually controlled reading lights, daytime running lights, transit style fluorescent interior lighting package; Lights-light emitting diode (LED). ELECTRICAL/AUDIO VISUAL Video cameral backup –dash mounted color monitor DVD/VCR system with 6 8” LCD Monitors INTERIOR Interior overhead parcel racks Lavatory with provisions for moist towelettes, noise reduction package, telescoping steering wheel, tilt steering, air conditioning- thermo king roof mounted, baseboard heaters, cruise control, power steering, FLOOR Floor Covering- Altro Medium Gray. WALLS Fabric Surface Interior Side Panels-Looped carpet, medium gray color. CEILING Ceiling-padded fabric surface-padded woven fabric 543 Streamers 3000 Rainbow RADIO AM/FM/CD/PA SEATS Drivers seat, suspension type; Recaro Ergo Metro Black upholstery, Seat-High Back-Reclining cloth covered w/armrest “Freedman” AMAYA; Seat-cloth upholstery-Level 5 Fabric-543 Streamers 3000 Rainbow; Seats, track mounted. BUMPER Bumper-Front-energy absorbing rear bumper, energy absorbing. BACK UP ALARM Power antilock brakes, front and rear. Tire pressure monitoring system, Suspension, Air Spring- Front, Suspension-Front-Kneeling Suspension, Air Spring, Rear. Alcoa polished aluminum wheels Model 40442-01 Hub piloted wheels Tires 315-80R X 22.5 Tires Spare wheel and tires, 9.00 x 22.5- 315-80R/L/75 Parts and Service Manuals, Electronic- CD and Hard Copy Please review and advise if you have the vehicle currently available on your dealership lot that meets all of the government’s minimum requirements. Please outline any requirements offered which do not meet the government’s minimum requirements. Delivery of this vehicle(s) is required within Thirty (30) days After Receipt of Order (ARO). FOB Destination: FBI FBI ACADEMY US MARINE CORPS BASE QUANTICO, VA 22135 POC for Delivery: Jon Constantine, telephone 703-632-1217 C. Invoices Invoices shall be submitted to the GSA Office of Finance for approval and payment. Please be advised that your dealership shall be paid in full net 30 upon submission of a valid invoice to our GSA payment office in Kansas City, MO. After delivery, invoices shall be submitted to: GSA, Financial Operations and Disbursement Branch (BCEB) P.O. Box 419018 Telephone: 816-926-7287 Kansas City, MO 64141 A copy of the invoice shall also be forwarded to the GSA Contract Specialist. D. Government Contacts All questions regarding the RFP should be directed to the GSA Contract Specialist listed below: FAS Contract Specialist: Leslie B. Kramer703-605-2983Leslie.Kramer@gsa.gov FAS Contracting Officer: Carmen Calloway703-605-2674Carmen.Calloway@gsa.gov E. Terms and Conditions -Provision at 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (SEP 2006) applies to this solicitation. PLEASE SUBMIT QUOTES NLT: 2:00 PM (ET), Friday, February 6, 2009. Proposals shall be submitted via email to ontheroad@gsa.gov. When submitting your offer, you must refer to your offer as “QMAA-P1-09220-N”. - - All quotes submitted in response to this RFP shall include the following: DELIVERY DAY’S/DATE ARO:* __ VEHICLE PRICE: $ * All proposed prices shall be fixed price; the federal government is tax exempt. TAXPAYER IDENTIFICATION NUMBER: * DUN & BRADSTREET NUMBER: * In order to do business with the Federal Government, a Dun & Bradstreet number is required). For further information please refer to http://www.dnb.com/us - CCR Requirement - Offeror must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov and attach copy of registration to quote. Description: I.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included with this notice. This announcement constitutes only the solicitation; proposals are being requested, a written solicitation will not be issued. II.The solicitation number is QMAA-P1-090220-N and is being issued as a request for quotation. III.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. IV.Notice: The solicitation is 100% full and open and we anticipate an award of a firm fix price contract. The NAICS code is 336211 with a size standard of 1,000 employees. V.Contract line item number 397.1: PLEASE SEE ATTACHMENT 1 FOR ITEM(S). VI.FOB: Destination. 30 Days After Receipt of Order (ARO). Place of delivery is: FBI, FBI Academy, US Marine Corps Base, Quantico, VA 22135. Please see attachment 1 for more delivery details. VII.The provision of 52.212-1, Instruction to Offers-Commercial Items, applies to this acquisition and a statement regarding any addenda to the provision. VIII.The provision 52.212-2, Evaluation –Commercial Items, applies to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: PRICE PAST PERFORMANCE TECHNICAL ACCEPTABILITY IX.Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with offer (see attachments). X.Clause 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. XI.Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items, applies to this acquisition. XII.Clause 52.247-34, F.O.B. Destination. XIII.Clause 52.504-7, Central Contractor Registration. XIV.Clause 52.222-3, Convict Labor. XV.Clause 52.222-19, Child Labor—Cooperation With Authorities and Remedies. XVI.Clause 52.222-21, Prohibition of Segregated Facilities. XVII.Clause 52.22-26, Equal Opportunity. XVIII.Clause 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. XIX.Clause 52.222-36, Affirmative Action for Workers With Disabilities. XX.Clause 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. XXI.Clause 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. XXII.Clause 52.225-1, Buy American Act – Supplies. XXIII.Clause 52.211-6, Brand Name or Equal. XXIV.Clause 552.232-78 Payment Information (JUL 2000) XXV.Clause 552.203-5 Covenant Against Contingent Fees XXVI.Any additional contract requirement(s) or determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are included herein. XXVII.All responsible sources may submit a quote by 2:00 PM Eastern Standard Time on February 6, 2009. Quotes received after that time will not be considered. Contractors must be CCR registered prior to award, and must be registered in ORCA. To register, go to www.bpn.gov and orca.bpn.gov XXVIII.The above provisions and clauses can be found at http://www.acquisition.gov/far/ XXIX.Contact Leslie B. Kramer for information regarding the solicitation at 703-605-2983 or e-mail Leslie.Kramer@gsa.gov. The response to this solicitation must be accomplished by E-mail to: ontheroad@gsa.gov. When submitting your offer, you must refer to your offer as “QMAA-P1-09220-N”.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1ebc88b11707b8424a42aea5100b7f5d&tab=core&_cview=1)
- Place of Performance
- Address: FBI, FBI ACADEMY, US MARINE CORPS BASE, QUANTICO, Virginia, 22135, United States
- Zip Code: 22135
- Zip Code: 22135
- Record
- SN01740384-W 20090131/090129215726-78532848d285a229aefbd0777389fa25 (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 |