SOLICITATION NOTICE
25 -- Purchase of MCI Motorcoach Model-Year 2000 or newer
- Notice Date
- 4/17/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423110
— Automobile and Other Motor Vehicle Merchant Wholesalers
- Contracting Office
- Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTNH22-09-R-00239
- Archive Date
- 5/19/2009
- Point of Contact
- Margaret D Bryant,, Phone: 202-366-9887, Earnest J. Jenkins,, Phone: 202-366-9568
- E-Mail Address
-
margaret.bryant@nhtsa.gov, earnest.jenkins@dot.gov
- Small Business Set-Aside
- Total Small Business
- Description
- 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 in this notice. This announcement constitutes the only solicitation; proposals are being requested. The solicitation number for this procurement is DTNH22-09-R-00239 and is issued as a request for proposal (RFP). This solicitation incorporated clauses from FAR Subpart 12.4—Unique Requirements Regarding Terms and Conditions for Commercial Items. The North American Industry Classification (NAIC) code associated with this procurement is 423110. This procurement has been set-aside for small business participation. BACKGROUND: NHTSA has been studying the issue of motorcoach occupant safety for many years. On average, motorcoach crashes causes 14 deaths annually; 34% of all fatalities in motor coaches occur due to vehicles rollover. Preventing ejections and ensuring occupant compartment integrity in rollovers is one way to improve motorcoach safety. The National Highway Traffic Safety Administration (NHTSA), of the United States Department of Transportation, is responsible for reducing the number of injuries and deaths on highways resulting from vehicle crashes. As part of its mission to reduce fatalities and injuries caused by motor vehicle crashes, the NHTSA promulgates Federal Motor Vehicle Safety Standards (FMVSS). OBJECTIVES: Determine if motorcoaches sold in the United States meet the ECE R.66 rollover/roof crush requirements. The research program will also investigate the kinematics and injury measures of instrumented dummies in the motorcoach. After the rollover test, the motorcoach/motorcoach parts will be used in other NHTSA research efforts such as motorcoach fire safety, glazing, and interior impact. This research is considered as very high priority by Rulemaking. The agency is under increased pressure because of NTSB recommendations and recent cases of motorcoach crashes to address the issues related to motorcoach safety. The goal is to conduct the rollover test by July 2009. SPECIFIC VEHICLE REQUIREMENTS/SPECIFICATION: Description: Purchase of MCI Motorcoach Model –Year 2000 or newer; Motorcoach model 102EL3 or E4500; Motorcoach width of 102 inches; Motorcoach length is 45'. Bus must be free of structural damage with no previous history of collisions or repairs to body structure or have suffered fire damage that resulted in modification of the structural integrity of the bus. All glazing must be intact and properly installed. All emergency exits must be operational. Manufacturer: Motor Coach Industries, Inc. (MCI) Year: 2000 or newer Model: 102EL3, E4500 Width: 102 inches (approximate) Length: 45 ft (approximate) Body Configuration: Passenger coach without wheel chair lift or lift door. GENERAL VEHICLE REQUIREMENTS: The above vehicle and its installed equipment must meet all applicable Federal Motor Vehicle Safety Standards (FMVSSs) in effect at the time of its manufacture. The vehicle may be new or used and must: 1. Be in fully operational condition. 2. Have no history or evidence of previous collisions, damage, repairs, or modifications to the body and the supporting structure. 3. Have no significant corrosion which may affect the strength of major structural elements, including the sidewall and roof structures. 4. Have brakes and tires which are in good condition and have remaining service life. 5. Contain all original equipment interior and exterior components. 6. Contain original equipment windows and windshields which are free of breaks or cracks. 7. Have emergency exits which meet the original equipment specifications and are fully operable without binding. 8. Include the owner’s manual(s) and at least two (2) sets of keys. 9. Include a full tank of fuel. DELIVERY LOCATIONS AND ACCEPTANCE: Upon delivery to the test laboratory, the vehicle will be inspected by a laboratory representative. The vehicle must meet the specifications and requirements set forth here in order to be accepted and signed for by the laboratory. It is the responsibility of the Offeror to arrange vehicle delivery between the hours of 9:00 AM and 3:00 PM local time Monday through Friday except holidays. Payment will not be processed without a laboratory acceptance signature and the receipt of the appropriate documents by the NHTSA (Manufacturers Statement of Origin (MSOs) and/or Title, and Odometer Statement). The laboratory point of contact will be provided at the time of award. The vehicle is to be delivered to on/or before May 15, 2009: MGA Research Corporation, 5000 Warren Road, Burlington, WI 53105. 1. General business information including the company name, address, phone number, FAX number, point of contact, and e-mail address. 2. A DUNS number and CCR registration information must be included. (You must attach a copy of you current Central Contractor Registry (CCR) information for your bid to be considered. Any bid without this information will not be considered. For more information on CCR registration, go to http://www.ccr.gov.) 3. The year, make, model, and specifications of the offered vehicle. 4. The Vehicle Identification Number and odometer reading of the offered vehicle. 5. Overall photographs of the offered vehicle’s exterior (left, right, front and rear views) and interior (as viewed down the aisle, from the front and rear). 6. The complete bid price, including all delivery fees and any other fees that might be associated with the vehicle purchase. Note that the NHTSA is a tax exempt government agency. 7. The date by which the vehicle can be expected to arrive at the laboratory. POST AWARD REQUIREMENTS: After award of this Solicitation and prior to vehicle delivery, the following Vehicle Documents must be sent to: US DOT NHTSA/DOT Office of Rulemaking NVS-110 Room W43-406 1200 New Jersey Avenue SE Washington, DC 20590 Attn: Harriett Fitzgerald REQUIRED VEHICLE DOCUMENT PRIOR TO DELIVERY: 1.The Manufacturers Statement of Origin (MSOs) 2.Title. (Titling, if required by the state of vehicle origin, shall be made out to the office indicated below). ALL questions concerning this solicitation should be directed to: Margaret Bryant, Purchasing Agent, Phone 202-366-9887, Fax 202-366-9555. E-mail Margaret.Bryant@dot.gov Point of Contract Earnest Jenkins, Contracting Officer, Phone 202-366-9568, Fax 202-366-9555, E-mail earnest.jenkins@dot.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6aadc5602e79be06272ab9b5262a4915&tab=core&_cview=1)
- Place of Performance
- Address: 1200 New Jersey Ave. SE, Washington, District of Columbia, 20590, United States
- Zip Code: 20590
- Zip Code: 20590
- Record
- SN01796039-W 20090419/090417220409-6aadc5602e79be06272ab9b5262a4915 (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 |