Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2014 FBO #4613
DOCUMENT

V -- Pickup Trucks; 2015 F350, $WD Crew Cab Truck - Attachment

Notice Date
7/10/2014
 
Notice Type
Attachment
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Maryland Health Care System;Contracting Officer (90C);P.O. Box 1000, Bldg. 101, Room 26;Perry Point MD 21902
 
ZIP Code
21902
 
Solicitation Number
VA24514I0161
 
Response Due
7/16/2014
 
Archive Date
7/31/2014
 
Point of Contact
Joan Jones
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA245-14-I-0161 Notice Type: Sources Sought Notice Synopsis: SOURCES SOUGHT NOTICE The Department of Veterans Affairs has a requirement for 10, 2015, F350 4WD Crew Cab, Long Bed dual rear wheel pickup truck. The LSV is a long bed, dual rear wheel, crew cab, 4WD pickup truck with solid weatherproof bed cap to provide storage and designed to ferry fuel, personnel, and supplies, and pull trailers in support of the VHA Multi-Use Vehicle (MUV) which must often remain stationary and in operation. Alternatively, the LSV may also be utilized for missions independent of the MUV. Product Description A.Purchase 10 quad cab, 8' bed pickup trucks with the following features and capabilities: a.Diesel engine b.4WD, engaged with in-cab controls c.Auxiliary fuel tank d.Gross vehicle weight capacity is 14,000 GVWR, 6,600# payload capacity. e.Towing capacity 14,000 lbs., Class IV tri-ball plus pintle combination hitch, towing package, brake integration, 4 and 7 pin connectors f.Quad Cab with seating for at least 5 1.Radio AM/FM/ Bluetooth phone capable 2.Back-up sensors and video camera 3.Laptop racks for 3 persons, easily removable. 4.Dashboard GPS, downloadable maps 5.Durable microfiber seat fabric 6.Reclinable front seats 7.Armrests for front seats 8.Well-padded bench seat in rear to facilitate long hours sitting or sleeping 9.Programmable Combination door locks 10.locking glove compartment 11.Basic grey interior, microfiber 12.Factory installed electric brake controller 13.Cruise control 14.Tilt steering wheel 15.LED warning package in the headlights and tail lights B.Install and equip the vehicles with the following strictly adhering to manufacturers' instructions, warranty requirements, and applicable codes: a.Engine mounted power inverter providing 10 kw for on-board needs, such as AuraGen http://www.aurasystems.com/pages/prod_exploded.html which powers and on-board electrical equipment, including 6 110v/15a power outlets in cab (3 duplex), and 6 110v/20a power outlets in rear (1 duplex on each side and at rear, 3 duplex in rear, total), b.4 optional power switches on the dash for the following functions: 1) Turn the fuel pump on the 100gal tank on/off; 2) Exterior power outlets; 3) Interior power outlets; and 4) Power on/off battery switch. c.Console unit, professionally finished and integrated. Installed in console: 1.CB Radio 2.Motorola Apex 7000 series face-programmable VHF/UHF 3.Network Innovations SatRad MSAT G2 Land Mobile Radio system with antenna radome, transceiver/modem, PTT handset, power supply and antenna cable, mobile integration system (SatRad-MIS) with crossband interface to communicate with Motorola Apex 7500 UHF/VHF radios. 4.(4) 12V Power Accessory Sockets (2 front/2 rear All communications cabling, antennas, power supplies and all interconnects shall be routed and installed in accordance to manufacturers' specifications to minimize risk of electromagnetic interference. 5.2 cup holder in front/ 2cup holder rear 6.Convenience storage as feasible d.Two fire extinguishers, Class ABC, mounted, one in cab, one in rear e.In the truck bed: 1.Weatherproof, secure, lockable shell cover level with cab roof, and front and rear inside dome lights. Light switch should be located inside of operator's compartment. 2.Manufacturer's Plastic bed protector 3.100 gallon pony tank, w/(mechanical or electrical) fuel gauge a.70' of minimum ¾" refueling hose on spring-loaded reel with an auto shut off nozzle than can swivel b.Drip/leak control features on dispensing nozzle and hanger c.Fuel water/particle filter on the fuel pump. Plumped high enough to change easily by an operator standing outside. d.100gal fuel tank vented to the roof of the bed cap. The tank is filled from a port on the outside driver's side of the cap. 4.Side, flip-up, locking access doors for access to equipment and fueling hose 5.Full size spare tire and jack mounted under frame f.Exterior: 1.12,000 pound winch, cover 2.Yellow/illumination light bar on Cab and bed cap (FAA AOA approved) 3.Basic white exterior 4.Extended mirrors with signal lights C.Five year warranty on all components, custom installations, workmanship and parts Documentation. A.Complete manuals for all components assembled into durable hard copy for field use and electronic copy on Digital CD in MS Office file formats. Delivery Timelines A.Minimum 2 trucks per month; defined by COTR Contract Period A.One year base; two option years Options A.Option 1: Additional units Project Management and Coordination A.The contractor will develop and deliver a written production schedule and project management plan at the initiation of the project to the VHA Office of Emergency Management Program Manager for Logistics and Communications. (Steve Mabley steve.mabley@va.gov 202-632-848 4). B.The contractor will provide specific design and product information, with photos for approval prior to begin of construction. C.The contractor will receive approval from Contracting officer and COR for all design or product changes. D.During the period of performance, the contractor will be available for one update conference call per month for resolution of any issues and questions. Delivery Locations A.All vehicles will be delivered to VHA Office of Emergency Management Regional Emergency Managers to the VHA Office of Emergency Management Headquarters Office Logistics and Communications Program Manager. The contract is for a period of 12 months with two possible Option Year. The NAICS code is 336112. The due date for receipt of the proposals is June 26, 2014. Inquiries may be sent via e-mail to Joan.Jones@va.gov. The fax # is (410) 642-1102. Any questions may be directed to Ms. Jones at (410) 642-2411 Ext 6911.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24514I0161/listing.html)
 
Document(s)
Attachment
 
File Name: VA245-14-I-0161 VA245-14-I-0161.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1487968&FileName=VA245-14-I-0161-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1487968&FileName=VA245-14-I-0161-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;VA Maryland Health Care System
Zip Code: 21902
 
Record
SN03420871-W 20140712/140710235256-60d4bdaa81e7d5fafb6db9b5669281bc (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.