SOLICITATION NOTICE
23 -- Super Duty Passenger Van
- Notice Date
- 8/25/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336112
— Light Truck and Utility Vehicle Manufacturing
- Contracting Office
- VA Palo Alto Health Care System;Attn: 90/CCA;3801 Miranda Ave;Palo Alto CA 94304
- ZIP Code
- 94304
- Solicitation Number
- VA-261-09-RQ-0302
- Response Due
- 8/31/2009
- Archive Date
- 9/30/2009
- Point of Contact
- Nicholas Kluch
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.The NAICS is 336112 and the size standard is 1,000 employees. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 and VAAR rewrite dated 02/14/2008. To be considered for award, offered vehicle must meet the salient physical, functional, and performance components specified below. Offerors shall include descriptive literature such as illustrations or drawings and clearly describe the offered vehicle and any modification the offeror plans to make in order for it to conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contractor shall also provide a firm-fixed price for the vehicle provided under this solicitation. Quotes shall be for NEW vehicles only. Vehicle shall be brand name or equal and must meet the specifications outlined below including all lift and ADA components. All items must be covered by the manufacturer's warranty. Offeror shall submit terms of the manufacturer's warranty as part of their quote. 2009 Ford E350 Super Duty Van (or equal) Minimum Requirements: Engine Minimums: 5.4L EFI V8 Engine 350 lb ft of torque 255 horsepower Transmission: Electric 4-Speed Automatic O/D Transmission Body Exterior color: Oxford White 138 in wheel base GVW 9500 Drive Axle: Rear wheel drive 3.73 Ratio Fuel capacity min gallons: 35 Interior: Medium Flint standard vinyl bucket seats Front Air conditioning AM/FM stereo with clock Exterior: Interval wipers Manual telescopic TT mirrors Hinged side cargo doors Tires and Wheels: Tire pressure monitoring system Tires 225/75R16 Safety/Security: Driver/Passenger air bags Side impact door beams Pre-tensioning front seatbelts 4-wheel disc brakes with ABS Subtotal$_________ Optional equipment shall include listed brand name or equal (minimum requirements listed): All around Glass windows Power door locks Heavy Duty 155-AMP alternator High Capacity Air Conditioning Ricon (or equal) fully automatic ADA lift, rear door- mounted (Klearvue) 403/404 compliant, minimum 800lb capacity 58" Raised rear doors 24" Raised mid-size top white to match OEM color Roof support cage FMVSS 220 (or equal) Door checks to hold rear doors open Overhead Storage compartment above driver and passenger area-enclosed 4 Rows of bolted "L" track (holds 3 wheelchairs) 3 Sure Lok titan (or equal) retractable time down straps for 3 wheelchairs DOT approved 30/20 tested 3 Sure Lok (or equal) lap and retractable shoulder belts (premium) 30/20 tested 4 Interior dome lights Wheelchair lift light on lift ABS interior kit with medium grey walls, and light grey Headliner OEM match in sub floor and heavy duty Altro flooring Rear A/C and heat with in dash fan speed control- overhead Vents in roof liner with 4 vents 3 Driver side folding seat on the driver side forward facing with belts 2 Passenger side forward facing folding seat with belts Interlock for lift, brake, transmission, door and lift Vehicle backup alarm Walk in steps on passenger barn doors Subtotal$__________ Warranty (minimum requirements listed): 3yr/36,000 mile warranty on electrical components, interior and exterior conversion work 5 year warranty on Ricon (or equal) lift 5yr or 60,000 mile warranty from Ford (or equal) on the powertrain TOTAL $____________ Delivery, acceptance and FOB Destination point: Department of Veterans Affairs San Francisco VA Medical Center Attn: Rick Fernandez 4150 Clement St San Francisco, CA 94121 Shipping/Delivery must be free on board (FOB) destination CONUS, 30 days after award, which mean that the seller must deliver the vehicle at the destination specified by the buyer, and the seller is responsible for the cost of shipping/transporting and risk of loss prior to actual delivery at the specified destination. Proposed Delivery Date: ____ Days ARO Required Delivery Date: 30 Days ARO The following provisions and clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors-Commercial Items, (June 2008) FAR 52.212-4 Contract Terms and Conditions-Commercial Items; (Mar 2009) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; (July 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including clauses incorporated by reference under section b (16-22, 24, 31, 32(including Alt ii), 40); (June 2009) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999) VAAR 852.203-70 Commercial Advertising; (Jan 2008) VAAR 852.211-70 Service Data Manuals (Nov 1984) for the purpose of this document, paragraph (b) will be followed VAAR 852.211-73 Brand Name of Equal (Jan 2008) VAAR 852.246-70 Guarantee (Jan 2008) VAAR 852.273-76 Electronic Invoice Submission (Interim-October 2008)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAPAHCS/VAPAHCS/VA-261-09-RQ-0302/listing.html)
- Record
- SN01925546-W 20090827/090826000618-4e07c300daeec18f412a6c822837b0e5 (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 |