Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2018 FBO #6217
SOURCES SOUGHT

23 -- Equipment-Vehicle/Chrysler Pacifica w/Conversion

Notice Date
11/29/2018
 
Notice Type
Synopsis
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26219Q0156
 
Response Due
12/6/2018
 
Archive Date
12/26/2018
 
Point of Contact
Mayra.Barbosa@va.gov
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI) 3626219Q0156 -IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought/RFI for market research only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 423110 (size standard of 250 Employees). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide a 2018 Chrysler Pacifica (VMI Northstar Conversion) with vehicle modifications and with the Conversion 2018 Chrysler Pacifica Vehicle (VMI Northstar Conversion) that at a minimum meets the following salient characteristics for the VA Long Beach Healthcare System: LINE ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 0001 2018 Chrysler Pacifica (VMI Northstar Conversion) with vehicle modifications 1 EA   $ - 0002 Conversion 2018 Chrysler Pacifica Vehicle (VMI Northstar Conversion) 1 EA   $ - TOTAL $ - Include shipping cost on the items price. Vendor Requirements: 1. Vendor shall provide delivery 60 days after receipt of order or sooner. 2. Vendor shall provide manufacture standard warranty on the product starting from the first day of delivery. STATEMENT OF WORK (SOW) FOR VA LONG BEACH HEALTHCARE SYSTEM Objective: The contractor shall provide VA Long Beach Healthcare System (VALBHS) a 2018 Chrysler Pacifica (VMI Northstar Conversion) with vehicle modifications and with the Conversion 2018 Chrysler Pacifica Vehicle (VMI Northstar Conversion). Background: This is a Firm Fixed Priced contract. Product Description and Quantities: LINE ITEM DESCRIPTION QUANTITY 0001 2018 Chrysler Pacifica (VMI Northstar Conversion) with vehicle modifications 1 0002 Conversion 2018 Chrysler Pacifica Vehicle (VMI Northstar Conversion) 1 Security Requirements: The contractor will not require any access to VA Information Technology systems nor unsupervised access to VALBHS clinical areas. Inspection and Acceptance Criteria: Products will only be accepted if they are determined to be of acceptable quality and working order, as determined by the VALBHS Representative. Installation: This requirement does not require an installation. Period of Performance: 60 days after delivery of order. Deliverables: Contractor is responsible for the delivery of the items listed in paragraph 3. Product Description and Quantities. Place of Delivery: VA Long Beach Healthcare System, 5901 E 7th Street, Warehouse, Bldg. 149, Long Beach, CA 90822 Warranty: Contractor shall provide standard warranty for the items listed in paragraph 3. Product Description and Quantities. SALIENT CHARACTERISTICS The Kinesiotherapy Driver Rehabilitation Program not only serves the Veterans of the Tibor Rubin VA Medical Center, but also provides driver rehabilitation to other VA s in the region (VA Loma Linda Healthcare System and VA Southern Nevada Healthcare System) that do not have this service. Veterans with varied functional mobility and limitations (spinal cord injury, amputation, traumatic brain injury and other) cannot be accommodated with a single type of vehicle arrangement. In addition, the Kinesiotherapy Driver Rehabilitation Program at the Tibor Rubin VA Medical Center serves as one of two VA training sites in the nation providing annual training to VA clinicians seeking to become driver rehab specialists. The noted vehicle will allow clinicians to be trained in a more comprehensive manner to meet the needs of their respective facility. In selecting a vehicle to meet the needs for our clinic, the following mini van conversions were compared: Chrysler Pacifica, Dodge Grand Caravan, Honda Odyssey and Toyota Sienna. The following combinations of specs and features highlight the reasons for our vehicle selection and we feel will allow the best opportunity for our clinicians to evaluate our Veteran while meeting the needs for accessibility and standards for safety. Chrysler Pacifica (VMI Northstar Conversion) Vehicle measurements Maximum floor drop: 15.2 Door opening height: 56 Ramp length: 59 Ramp width: 30 Ramp capacity: 800 lbs. Ramp angle with power knee on: 9 degrees Interior floor length: 65.8 Overall interior floor length: Interior height and center of van: 59 Interior height at front row: 60 OEM Safety systems (In Vehicle Information and Advanced Driver Assistance) provide valuable information regarding lane, position and hazard awareness that can be utilized during behind the wheel treatments. Recommended driver modifications (hand controls, secondary controls) will allow clinicians to accommodate users with varied functional levels Recommended Instructor modifications (additional mirrors, light indicators, instructor brake) will improves safety for the clinician and patient during behind the wheel training session. Recommended seating modifications (removeable power transfer seat, lock downs) will allow clinicians to safely accommodate users that may drive from their wheelchair or transfer to the OEM seat and transport their wheelchair inside the vehicle. VEHICLE MODIFICATIONS VMI NORTHSTAR CONVERSION, WITH SURE DEPLOY BACKUP SYSTEM, 11 LOWERED FLOOR COMPLETE UNDERCOATING, RUST-PROOFING, AND DELUXE UPGRADE AUTOMOTIVE CARPET, - POWER SLIDE-OUT RAMP, EMERGENCY MANUAL RELEASE, AND NON-SKID RAMP SURFACE, - AUTOMATIC SLIDING DOOR, EFFORTLESS MANUAL OPERATION AND FULL RETENTION OF OEM DOOR LATCHES, - REMOVABLE DRIVER AND PASSENGER SEAT BASES, FULLY CARPETED SEAT BASE, - POWER KNEEL SUSPENSION, - LOWERED DRIVER S SIDE SLIDING DOOR SILL, - MANUAL WHEELCHAIR 4 POINT TIE-DOWN SYSTEM, - THREE (3) SWITCH LOCATIONS, - REMOTE ENTRY, - MAGNETIC ENTRY, - Q' STRAINT - MANUAL RESTRAINT SYSTEM. Viegel hand controls (evaluator package) mounted on left side; Detroit version system (multiple adjustment capability). MPS Steering Device Receivers (x4): location at 2, 4, 8 & 10 0 clock positions SINGLE PIN FOAM GRIP STEERING DEVICE (MPS ) AMPUTEE HOOK STEERING DEVICE (MPS) V-YOKE STEERING DEVICE (MPS) C-CUFF STEERING DEVICE (MPS) SPINNER KNOB STEERING DEVICE (MPS) PANORAMIC REAR VIEW MIRROR JOHNSON UNIVERSAL CROSSOVER SIGNAL ADAPTER RED LIGHT INDICATOR ON DASH BOARD WHEN BRAKE IS DEPRESSED LEFT FOOT ACCELERATOR (QUICK RELEASE) MOUNTING HARDWARE FOR STEERING DEVICES OEM ACCELERATOR/ BRAKE PEDAL GUARD (QUICK RELEASE) 2 DASH MIRRORS WITH VISION ADJUSTABILITY DRIVER& MIDDLE SECTION OS INSTRUCTOR BRAKE (FRONT PASSENGER SIDE) ERGONOMIC POSITION PARKING BRAKE EXTENSION STUDENT DRIVER PRODUCTS LOCKING SUCTION CUP INST MIRROR #118 STUDENT DRIVER PRODUCTS EYE CHECK MIRROR #119 VIEGEL COMPACT II PUSH/PULL #4220 W/COMMANDER 2ND CONTROL UNIT VIEGEL LEFT TURN SIGNAL LEVER EXT-DROP STYLE The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicates the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hub zone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to Mayra.Barbosa@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, December 6, 2018 at 1:00 PM PT. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please reference 3626219Q0156, 2018 Chrysler Pacifica (VMI Northstar Conversion) with vehicle modifications and with the Conversion 2018 Chrysler Pacifica Vehicle (VMI Northstar Conversion). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0156/listing.html)
 
Place of Performance
Address: VA Long Beach Healthcare System;5901 E 7th Street;Warehouse Building 149;Long Beach, CA
Zip Code: 90822
Country: USA
 
Record
SN05162316-F 20181201/181129230018 (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.