Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2011 FBO #3555
SOLICITATION NOTICE

23 -- Three Tram Cars and Trailers

Notice Date
8/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
SER - Everglades National Park 40001 State Road 9336 Homestead FL 33034
 
ZIP Code
33034
 
Solicitation Number
E11PE50741
 
Response Due
8/31/2011
 
Archive Date
8/16/2012
 
Point of Contact
William W. Leady Contract Specialist 3052427792 William_W_Leady@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.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; quotes are being requested. A written solicitation will not be issued. This solicitation is being issued as RFQ # E11PE50741.The U.S. Department of the Interior, National Park Service, San Juan National Historic Site, located in San Juan, PR, has a requirement to purchase to purchase and install Tram Cars and trailers. The North American Industry Classification System (NAICS) code is 336999 and the size standard is 500 employees. The Government intends to award a firm fixed price contract in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Part 13.5. Contract will be awarded based upon best value to the Government. Note: The following specification criteria have been assembled to promote the procurement of post-consumer/post-industrial recycled content. Additional considerations related to product performance, product warranty, or other High Performance building criteria are included where appropriate. -DESCRIPTION/SPECIFICATION CONTRACT OBJECTIVE The objective of this contract is to procure three diesel Tram Cars and three Tram Trailers for San Juan National Historic Site, San Juan, Puerto Rico. Warranty and title of Trams and Trailers will be transferred to the Municipality of San Juan for operation upon acceptance. Trans and trailers must meet all requirements necessary to receive all applicable licenses for use in Puerto Rico. The Government developed the Scope of Work identified below. The contractor shall be responsible for delivery and shall officer warranties that are at a minimum of the terms, including offers of extended warranties, offered to the general public in customary commercial practices (against manufacturing defects), for the Trams and trailers that meets or exceeds the scope of work herein. During performance of this contract, the Government encourages the contractor to make use of efficient and effective methods/processes in the design, build and outfitting of the duration of the contract, to identify and have approved any deviation between the contractor developed "Approval Shop Drawings" (defined below) and the below Statement of Work. As such, the Approved Shop Drawings shall fully represent the delivered and accepted Trams and Trailers. Trams shall comply with the ADA (American with Disabilities Act), which requires that vehicles used for public transportation meet minimum standards and requirements for mobility, accessibility, and informational conveyance to people with mobility and auditory or visual impairment. Any Commitments made in the contractor's proposal which exceed the minimum requirements of the SOW contained in this RFP may be incorporated into any resultant contract. SCOPE OF WORK The contractor shall provide all the necessary personnel, equipment, tools, materials, supervision and other items necessary to construct, outfit and deliver three open sided diesel Tram Cars along with three open sided Tram Trailers that are consistent with this scope of work (as may be modified) and represented in Approved Shop Drawings. Approved Shop Drawings: Within 15 days after the effective date of the contract, the contractor shall submit "Draft Shop Drawings" that represent the proposed Trams and Trailers, for consideration and approval by the National Park Service. Within 15 days after receipt, the National Park Service shall review for approval the shop drawings, reflecting agreed upon comments and submit an approval notice to the contractor. The approved Shop Drawings shall be mutually identified as approved by the Contractor and the National Park Service. The Contractor shall not proceed with fabrication and construction of the Trams and trailers without express written consent of the Contracting Officer. The Contractor shall have executed and provide the Government with a signed original of the mutually Approved Drawings and maintain current approved Shop Drawings. Fabrication Time: Manufacture and delivery of the Trams and Trailers shall be delivered no later than 120 days after the effective date of the contract. The 120 days include 15 days for Shop Drawing Submittal and 15 days for Government review. Paint Finish Requirements: A. The Trams and Trailers shall be primed, painted and undercoated prior to the installation of floor or body panels. B. Text and Graphics shall be painted on the Trams and Trailers. The exact size and text shall be indicated on the Shop Drawings. Finish and Color: All exterior surfaces shall be smooth and free of wrinkles and dents. Exterior surfaces to be painted shall be properly prepared as required by the paint system supplier, prior to application of paint to assure a proper bond between the basic surface and successive coats of original paint for the service life of the Tram. Paint color for both the trams and trailers shall be white (samples shall be provided for approval prior to painting). Drilled holes and cutouts in exterior surfaces shall be made prior to cleaning, priming and painting to prevent corrosion. The Tram shall be completely painted prior to installation of exterior lights, windows, mirrors and other items, which are applied to the exterior of the Tram. Warranty Repairs: When warranty repairs are required, the Municipality of San Juan and the contractor shall agree within five working days after notification on the most appropriate course for the repairs and the exact scope of the repairs to be performed under warranty. The warranties shall not apply to the scheduled maintenance items, normal wear-out items, and items furnish by the Contracting Officer or the Municipality of San Juan, except as such equipment may be the failure of a part or component for which the Contractor is responsible. I. TRAMS Trams must be designed to look like a vintage streetcar from the early 1900s. These vehicles shall have open air seating which will be used for tours. Trams must be able to meet severe grades in excess of 8 to 15 percent while still incorporating low emissions and quiet operations. Trams will be traveling in Old San Juan going up hills with grades that range from 15% to 25% and going down hills that may be wet uneven cobblestone at grades of 6% to 25%. They will also be pulling open-air passenger tram trailers. Contractor must be able to provide breaking system that's necessary for added breaking capabilities and air dryer to prevent accumulation of moisture in the air system which is common on Puerto Rico. Contractors are expected demonstrate the ability of Trams and Trailers to be used on actual routes. Expected roadway grades along routes can range between 15 to 25 percent. The road with the most severe grade it Calle Norzagaray, running along the Historic Wall between Castillo San Cristobal and Castillo San Felipe del Morro. Contractors are required to become thoroughly familiar with the road conditions prior to submission of proposals. All road grades are subject to field verification by the contractor. The contractor shall promptly notifY the Contracting Officer if any changes are required. Principal Specifications for Trams Passenger Capacity (seated) 18 Min Wheelchair locations -2 Min Wheelbase. - 176" Max Length, Overall -bumpers -28'9" Max Overhang, Rear Axle to Rear Bumper - 52" Max Width, Overall - 90" Max Height, Overall Body - 132" Max Inside Height (Center of Aisle) - 78" Min Height, Floor (At Transit Height)- 34" Max Step Risers - 10" Max Turning Radius, Outside Front - 28' Max Turning Radius, Outside Front Body Center- 31 ' Max Approach and Departure Angle- 10 deg Min Gross Vehicle Weight Rating - 16,0001bs (Public Address System): Installation of a sound system and audio visual equipment will be furnished by the contractor. The public address system that complies with the American with Disabilities Act (ADA) requirements of 49 CFR, Part 38.35 and enables the operator to address passengers inside the Tram and Trailer. Inside speakers shall broadcast, in a clear tone, announcements that are clearly perceived from all seat positions at approximately the same volume level. The system shall be muted when not in use. The microphone shall be hand-held. A provision shall be provided to secure the microphone in a stored position when not in use. Audio visual equipment shall be installed and shall include monitor/DVD player in trams and monitors only in trailers. General Construction Notes: Classis: The chassis shall be built for the purpose of transit applications of structural steel tubing and are welded to form a base to support the transit quality suspension system and body structure. Engi!1e: Front mounted, six cylinder diesel engine Transmission: The transmissions shall be multiple speeds, automatic shift with a remote mounted transmission cooler and electric fan. Wheels: Tram shall be equipped with single front and single rear wheels. Tires shall be tubeless type and suitable for the conditions of transit service and sustained operation at the maximum speed capability of the Tram. Load on any tire at GRWR shall not exceed the tire supplier's rating. Breaks: Service breaks shall be adequate to stop and hold the Tram towing a tram trailer. The breaking system shall be a split hydraulic brake system as to provide separate systems for the two axles. Parking brake shall be provided. Top Speed: The Tram shall be capable of a top speed of 15 mph on a straight, level road at GYWR with all accessories operating. Gradabili!y: Gradability requirements shall be met on grades with a dry commercial asphalt, cobblestone or concrete pavement at GYRW with all accessories operating. The Tram shall maintain a speed of 7 mph on a 20 percent grade. Body: The body structure shall be fabricated with tubular steel and shall be cleaned primed and painted with urethane enamel prior to the installation of the roof and other molded body sections. All fasteners shall be stainless steel or aluminum to prevent corrosion. The floor shall be essentially a continuous flat plane, except at the wheel housings and platforms. Bumpers: Bumpers shall provide impact protection for the front and rear of the Tram and shall be steel fabricated. Windshields: Windshields shall be AS-I laminated safety glass and consist of two sections. The front windshield shall not be tinted. Exterior Lighting: Trams shall be equipped with the following exterior lights: oHeadlights oTail Lights oClearance Lights oStop Lights oBack-up Lights oDirectional Signals oEmergency four-way Flashers Hitch: Tram shall be a ball hitch with safety chains. Standard Accessories: oBack-up alarm oSun Visor oHorn oFire extinguisher oFront Turn Signals oInterior Lighting oTram Bell oSmall Driver Fan oPassenger Barrier Chains Interior: oHour Meter oSpeedometer Gauge oHigh Beam Indicator oHazard Indicator oLeft and Right Turn Indicators oWarning Lights InterRretative Guide Area: Trams should have space available in the front ofthe trams for one interpretive guide to freely stand while proving guided tours. Wheelchair Capability: Trams shall have two double flip up seats that can be provided to allow space for wheelchairs. The bottom of the flip seat shall be easily raised or lowered by a single operator and shall be self restraining in both the up and down position. Flush mounted wheelchair tie downs points shall be located on the floor for each wheelchair location. Wheelchair tie downs shall meet ADA requirements. Trams shall also have ramps that can be slid out under the floor for ease of loading and unloading of passengers. 2. TRAM TAILERS Tram trailers must be designed to coordinate with the appearance of the tram itself, also with open air seating. Principal Specifications for Tram-Trailers Emergency Brake System- Automatic Axles- Non-Drive/Steerable Front -4,4001bs Rear-4,600 IbsSuspension - Leaf Springs Wheels -Enamel coated Disc size- 14" x 6" -lugTire Specs - 205 R 14, 8 ply tubeless Passenger Capacity............................................. "....................... 28-32 Min Installation of a sound system will be furnished y the contractor. The public address system that complies with the ADA requirements of 49 CFR, Part 38.35 and enables the operator to address passengers inside the TramTrailer. Inside speakers shall broadcast, in a clear tone, announcements that are clearly perceived from all seat positions at approximately the same volume level. General Construction Notes: Chassis: The chassis shall be built for the purpose of transit applications of structural steel tubing and are welded to form a base to support the transit quality suspension system and body structure. Body: Front and rear body end caps shall be molded UV and impact resistant ABS. Structural support assemblies for the front and rear caps shall be welded to the chassis rails at each end of the trailer frame, which will serve as attachment points for the roof posts. Floor: The outriggers shall be constructed with 10-gauge steel welded to the chassis rails. Aluminum diamond pattern floor place, 0.188" thick shall be attached to the outriggers using v." stainless steel screws. The floor shall be constructed with no steps and shall be approximately 14" from the ground. Wheel housing: All wheel housings shall be constructed of molded UV and impact resistant ABS. Stanchions: Two polished stainless steel stanchions shall be provided with one on each side of the trailer. Electrical: All electrical circuits shall be 12-vold negative ground. The wiring used shall be primary type with crimp-on solderless connectors. All wiring shall be housed in automotive type loom. Electrical wires shall be routed through the chassis frame and through overhead electrical channel running the length of the roof. Exterior Lighting: Tram-Trailers shall be equipped with the following exterior lights (all 4.5" rubber grommet mounted): oStop Lights oDirectional Signals oBrake lights Interior Lighting: Tram-Trailers shall be equipped with three fluorescent light fixtures which will be mounted in the overhead electrical channel. Seats: Passenger seating will consist of ergonomically designed, UV and impact resistant molded white ABS attached to powder-coated aluminum seat frames. Grab Handles: Grab Handles shall be provided at each seat row end. Hitch: Tram-Trailer shall be a ball (or pestle hitch with slack adjuster) hitch with safety chains. Contractor shall specify all components, quantities, unit prices and total price, and explain the purpose of each component. Contractor shall perform all work in accordance with all prevailing local, state and federal codes, and any local or national ordinances or regulations. The COTR shall inspect the installation. A contractor's authorized signature may be required.Please email all questions to William_W_Leady@nps.gov no later than 25 August, 2011. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.All proposals must be submitted via mail or email no later than 31 August, 2011. The address to submit proposals via regular mail is: William W. LeadyContract Specialist Everglades National Park/NPS 40001 SR 9336Homestead, FL 33034The address to submit proposals electronically is: William_W_Leady@nps.gov.The FOB point will be Destination. "FOB Destination" means that all costs for transportation or freight from the shipping point shall be paid by the contractor and included as a separate line item. The total price should include all shipping cost.The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors - Commercial Items; FAR 52.212-02, Evaluation - Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision: Quotes will be evaluated based on best value to the Government, which will result from low price. FAR 52.212-03, Offeror Representations and Certifications - Commercial Items; FAR 52.212-04, Contract Terms and Conditions - Commercial Items; FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) the following clauses apply: FAR 52.219-06; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-01; FAR 52.232-33); FAR 52.204-07, Central Contractor Registration; FAR 52.211-05, Material Requirements; FAR 52.223-06, Drug-Free Workplace; FAR 52.247-34, FOB Destination. The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/FAR. The contractors identified for the competition are required to be registered on all of the following websites: National Business Center (NBC) - http://ideasec.nbc.gov/, the Central Contractor Registration System (CCR) - http://www.ccr.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E11PE50741/listing.html)
 
Place of Performance
Address: San Juan National Historic Site
Zip Code: 00901
 
Record
SN02538311-W 20110819/110817235738-4162e63b4e36fcf492b0ce8139382678 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.