DOCUMENT
23 -- ELECTRIC VEHICLES - 687 - Attachment
- Notice Date
- 4/7/2011
- Notice Type
- Attachment
- NAICS
- 336112
— Light Truck and Utility Vehicle Manufacturing
- Contracting Office
- VISN 20 Acquisition Division;US Department of Veterans Affairs;960 Broadway Ave Suite 460;Boise ID 83702
- ZIP Code
- 83702
- Solicitation Number
- VA26011RQ0795
- Response Due
- 4/14/2011
- Archive Date
- 6/13/2011
- Point of Contact
- AMY YRIBAR
- E-Mail Address
-
9-2011<br
- 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; quotations are being requested and a written solicitation will not be issued. The solicitation number, VA-260-11-RQ-0798, is issued as a Request for Quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48 effective January 31, 2011 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to January 7, 2010. The North American Industry Classification System (NAICS) Code for this acquisition is 336112, Size Standard: 1,000 Employees. This procurement is restricted to Small Business. ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 1 4.00 EA ___________________ ____________________ ELECTRIC MAINTENANCE VEHICLES IAW THE STATEMENT OF WORK ____________________ GRAND TOTAL --- ==================== ? STATEMENT OF WORK (SOW) as of 04/07/2011 1. Contract Title. Electric Maintenance Carts 2. Background. Presidential Executive Order 13514 issued 8 October 2009, Sections 2 and 12 require the replacement of gasoline powered carts with alternative fuel or electric vehicles to reduce greenhouse gas emissions. Request to replace fleet of aging, gasoline powered carts. 3. Scope. Purchase of four (4) new electric powered maintenance carts. 4. Specific Tasks. Contractor to provide four (4) electric maintenance carts that meet the following minimum salient characteristics: 1.Vehicle power plant must be an Alternating Current (AC) Motor. Minimum voltage rating of 72V, minimum current rating of 550 Amp and minimum torque rating of 115 ft-lbs. 2.Vehicle must be manufactured with a steel unibody chassis. 3.Vehicle doors must be of one piece steel assembly. 4.Vehicle must be able to climb a 30% or greater grade. 5.Manufacture must supply Federal NEV Standards American data rating. 6.Manufacture must have warehouse parts in the United States readily available for order to make repairs 7.Vehicle must have a minimum 30 mile driving range. 8.Vehicle must charge from any 110V outlet, maximum charging time of 6 hours. 9.Cargo area must be a minimum of 36 cubic feet. Cargo area must have fold down and removable sides and tailgate. 10.Minimum payload of 1075 lbs. 11.Vehicle must be street legal to 25 miles per hour. 12.Vehicle must include a ladder rack with two (2) weather proof maintenance tool cabinets. 13. Vehicle must include a 12-month manufacture warranty to cover materials, workmanship and original parts. 14.Vehicle demonstrations may be requested. 5. Security Requirements None 6. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). None 7. Other Pertinent Information or Special Considerations. a. Packaging, Packing and Shipping Instructions. FOB Destination Delivered to: US Department of Veterans Affairs Jonathan M. Wainwright Memorial VAMC 77 Wainwright Ave Bldg 80 Walla Walla, WA 99632 ? FOB point is Destination (The Contractor is responsible for all freight charges): Department of Veterans Affairs, Jonathan M. Wainwright Memorial VAMC, 77 Wainwright Memorial VAMC, Bldg 80, Walla Walla, WA 99632. Delivery shall be made no later than 30 Calendar Days after receipt of purchase order. Proposed Delivery Date: ________________ Full text version of the clauses and provisions can be viewed at: http://www1.va.gov/oamm/oa/ars/policyreg/index.cfm. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Jun 2010). Addenda to FAR 52.212-4: FAR 52.247-34 F.O.B. Destination (Nov 1991), VAAR 852.203-70 Commercial Advertising (Jan 2008), VAAR 852.211-70 Service Data Manuals (Nov 1984), VAAR 852.246-70 Guarantee (Jan 2008) (the fill in is two years), VAAR 852.246-71 Inspection (Jan 2008), VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (Interim - October 2008). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Oct 2010),for the purposes of this document, the following blocks in paragraph (b) are considered checked: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (19) 52.219-28, Post Award Small Business Program Representation (Apr 2009), (20) 52.222-3, Convict Labor (June 2003), (21) 52.222-19, Child Labor Cooperation with Authorities and Remedies (July 2010), (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (23) 52.222-26, Equal Opportunity (Mar 2007), (25) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007), (31) 52.223-18 Contractor Policy to Ban Text Messaging While Driving.(Sep 2010) (32) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (June 2009), (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), (40) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999), (42) 52.239-1, Privacy or Security Safeguards (Aug 1996). The provision at FAR 52.212-1, Instructions to Offeror--Commercial Items (June 2008), applies to this solicitation. Award will be made to the offeror representing the best value to the Government. All proposals will be evaluated in accordance with technical capability, compliance with the solicitation requirements and price. The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (Aug 2009), applies to this solicitation. The contractor shall return a completed copy of this provision with its offer. A copy of the provision may be attained from http://www.arnet.gov/far/ or completed at https://orca.bpn.gov/. As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of information added to CCR. To register, go to http://www.ccr.gov/. Quotations must be submitted in the format outlined in paragraph (b) of FAR 52.212-1. Product literature and specifications should be included with quotation. Quotations are due by 19 April 2011, 1:00 PM Mountain Standard Time. The assigned Contract Specialist is Amy Yribar. Quotations can be mailed, faxed or emailed to: VISN20 Contracting Office, 960 Broadway Avenue, Suite 460, Boise, ID, Attention: Amy Yribar, Fax: 208-429-2025; E-mail: amy.yribar@va.gov. Quotation should be marked with the Request for Quote number VA-260-11-RQ-0795. Oral quotes will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC531/BoVAMC531/VA26011RQ0795/listing.html)
- Document(s)
- Attachment
- File Name: VA-260-11-RQ-0795 VA-260-11-RQ-0795.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=189022&FileName=VA-260-11-RQ-0795-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=189022&FileName=VA-260-11-RQ-0795-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-260-11-RQ-0795 VA-260-11-RQ-0795.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=189022&FileName=VA-260-11-RQ-0795-000.docx)
- Place of Performance
- Address: DEPARTMENT OF VETERANS AFFAIRS;JOHNATHAN M. WAINWRIGHT MEMORIAL VAMC;77 WAINWRIGHT AVE BLDG 80;WALLA WALLA, WA
- Zip Code: 99362
- Zip Code: 99362
- Record
- SN02419367-W 20110409/110407234413-692cafdf8c2d1405c5ac6f50bf6a7a3c (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 |