SOURCES SOUGHT
23 -- PATIENT BUS TRANSPORT
- Notice Date
- 8/21/2019
- Notice Type
- Synopsis
- NAICS
- 485991
— Special Needs Transportation
- 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
- 36C26219Q1240
- Response Due
- 8/30/2019
- Archive Date
- 9/29/2019
- Point of Contact
- CONTRACTING OFFICER
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT 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). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 485991 (size standard of $15 Million). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources 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 who can provide patient transport buses for passengers, wheelchairs and gurneys that at a minimum meets the following salient characteristics with a brand name or equal product for the VA Greater Los Angeles Healthcare System: Salient Characteristics The bus shall be low floor and Altoona tested to 10 years/350,000 miles. An engine driven air conditioning system. Model Year 2019 (or newer) Minimum Gross Vehicle Weight Rating (GVWR) 28,000 pounds Wheelbase minimum 254 inches Low floor chassis Diesel or CNG engine minimum rating 6.7 liter and 220 Horse Power Automatic transmission with a minimum six (6) forward and one (1) reverse speeds Antilock brakes Front and rear air ride suspension Front kneeling air suspension Power steering Back up alarm Back up camera Cab air conditioning An AM/FM radio with auxillary input jack Exterior mirrors with remote control Minimum wheel chair capacity for 6 Minimum gurney capacity for 4 Front passenger side entrance doors with electric activation and ADA compliant ramp Rear passenger side entrance door with electric activation and ADA compliant ramp Rear passenger side entrance door shall accommodate loading of gurneys Two (2) wheel chair ramps shall be provided. The ramps shall be installed at the front and rear of the bus. The ramps shall have a minimum rated capacity of 1000 pounds. Lights shall be capable of illuminating the ramp areas. When the doors are opened, the lights shall operate automatically. The ramps shall comply with FMVSS and ADA requirements. The rear passenger side entrance door and ramp shall be sized/configured to accommodate the loading/unloading of patients on VA provided gurneys. (see ramp specs attached) EMERGENCY EQUIPMENT The provisions shall comply with FMCSR 393.95. One (1) fire extinguisher shall be mounted convenient to the driver and shall have an Underwriter s Laboratory rating of 2A 10 B:C or greater, shall be a minimum 5 pounds, shall have a hose, shall include a metal safety pin and wire, and shall conform to type I or type II, class 2, size 5 of A-A-393. The fire extinguisher shall permit visual determination of charge. A set of three (3) reflective safety triangles shall be shipped with the vehicle. One (1) Automated External Defibrillator (AED). The AED shall be full size, and FDA cleared, and flush mounted to an interior wall. One (1) minimum of 25 - unit type first-aid kit shall be furnished. Entrance step height maximum 10 when kneeling Tinted windows Exterior finish shall be white 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 indicate 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), Hubzone, 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, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) 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 number. (8) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics. Responses to this notice shall be submitted via email to Fredy.arteaga@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, August 30, 2019 4:00 PM PST. 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 sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-AUG-2019); 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/36C26219Q1240/listing.html)
- Place of Performance
- Address: VAMC GREATER LOS ANGELES;11301 WILSHIRE BLVD;LOS ANGELES, CA
- Zip Code: 90073
- Country: USA
- Zip Code: 90073
- Record
- SN05412833-F 20190823/190821230019 (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 |