SOLICITATION NOTICE
23 -- TWO ELECTRIC SHUTTLES - REQUEST FOR QUOTE BRAND NAME ONLY
- Notice Date
- 9/6/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 336112
— Light Truck and Utility Vehicle Manufacturing
- Contracting Office
- U.S. Department of Veterans Affairs;Veterans Health Administration
- ZIP Code
- 20422
- Solicitation Number
- 36C24519Q0549
- Response Due
- 9/16/2019
- Archive Date
- 12/15/2019
- Point of Contact
- Contracting Officer
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- 36C24519Q0549 Page 1 of Page 23 of 47 Page 1 of COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Number: 36C24519Q0549 Posted Date: 09/06/2019 Original Response Date: 09/16/2019 Current Response Date: 09/16/2019 Product or Service Code: 2310 Set Aside: 100% SDVOSB NAICS Code: 336112 Contracting Office Address Washington D.C. Veterans Affairs Medical Center (VAMC) 50 Irving St NW Washington, D.C. 20422 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; written quotations are being requested, and a written solicitation document will not be issued. The solicitation number is 36C24519Q0549 and the solicitation is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) number 2019-05. This is a 100% total set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 336112, with a small business size standard of 1,500 employees. The Washington D.C. VAMC is seeking to purchase Two Electric Shuttles (one wheelchair accessible and one non-wheelchair accessible). Both Electric Shuttles shall have heating and air conditioning. All interested companies shall provide quotation(s) for the following: Supplies Contract Line Item Number (CLIN) Description Quantity Unit of Issue Total Price 0001 ITEM DESCRIPTIONS: ELECTRIC SHUTTLE (WHEELCHAIR ACCESSIBLE WITH HEATING AND AIR CONDITIONING) PSC: 2310 PART# ETB-15PadaHD CONTRACT TYPE: FIRM-FIXED PRICE 1 EA $ 0002 ITEM DESCRIPTION: ELECTRIC SHUTTLE (NON- WHEELCHAIR ACCESSIBLE WITH HEATING AND AIR CONDITIONING) PSC: 2310 PART# ETB- 15PLEHD CONTRACT TYPE: FIRM-FIXED PRICE 1 EA $ STATEMENT OF REQUIREMENTS Two Electric Shuttles Purchase The Washington D.C. Veterans Affairs Medical Center (VAMC) is seeking to purchase Two 15 Passenger Electric Shuttles that are Brand-Name Only (See Attachment A) to Moto Electric Vehicles Electro Transit Buddy 15 Passenger Hard Door ADA Shuttle (Product code: ETB-15PadaHD) and Electro Transit Buddy 15 Passenger LE Hard Door Shuttle (Product code: ETB- 15PLEHD). Electro Transit Buddy 15 Passenger LE Hard Door Shuttle (Non-Wheelchair Accessible - Must have Air Conditioning and Heating) Technical Specifications: (Technical Specifications are the salient characteristics required) Speed: Up to 25 MPH Range: Up to 50-60 miles (full capacity) Climb: 20% grade (full capacity) Electric Motor: 7 KW Batteries: Trojan T105 Plus Controller: Curtis Min. Turning Radius: 18 ft Overall Dimensions: 16.7 ft L x 4.9 ft W x 6.72 ft H Maxload: 2,500 lbs. Gross Vehicle Weight: 3,500 lbs. Ground Clearance 7 Body: Steel Framework + Fiberglass Doors Aluminum Roof: Fiberglass Windshield: AS1 DOT Approved Electro Transit Buddy 15 Passenger Hard Door ADA Shuttle (Wheelchair Accessible - Must have Air Conditioning and Heating) Technical Specifications: (Technical Specifications are the salient characteristics required) Passengers: 11 + 1 WC Occupant Speed: Up to 25 MPH Range: 50-60 miles (full capacity) Climb: 20% grade (full capacity) Electric Motor: 7 KW Batteries: Trojan T105 Plus Controller: Curtis Min. Turning Radius: 18 ft Overall Dimensions: 16.7 ft L x 4.9 ft W x 6.75 ft H Maxload: 3,000lbs. Gross Vehicle Weight: 3,500 lbs. Ground Clearance 7 Body: Steel Framework + Fiberglass Doors Aluminum Roof: Fiberglass Windshield: AS1 DOT Approved Delivery shall be provided as expediously as possible after receipt of order/award of contract. Free on Board (F.O.B.) destination. The contractor shall deliver line item(s) CLIN 0001 and 0002 to the Washington D.C. VAMC Warehouse. Place of Performance Address: Washington D.C. VAMC 50 Irving St NW Washington, D.C. Postal Code: 20422 Country: United States of America The full text of FAR provisions or clauses may be accessed electronically at https://acquisition.gov/browse/index/far The following contract clauses apply to this acquisition as well as the ones mentioned after this description: (See also Attachment B) FAR 52.212-4, Contract Terms and Conditions Commercial Items [Oct 2018] Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [May 2019] Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. The following solicitation provisions apply to this acquisition as well as the ones mentioned after this description: (See also Attachment B) FAR 52.212-1, Instructions to Offerors Commercial Items [Oct 2018] FAR 52.212-2, Evaluation Commercial Items [Oct 2014] - The Contractor shall be an Authorized Distributor and shall provide an Authorized Distributor letter from the manufacturer to verify the Vendor is an Authorized Distributor of the product/service they are providing. (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation will be most advantageous to the Government. The following factor shall be used to evaluate quotes: Price Only. FAR 52.212-3, Offerors Representations and Certifications Commercial Items [Oct 2014] - Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://beta.sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. SDVOSB and VOSB socio-economic categories must be registered within the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via https://www.vip.vetbiz.va.gov/ (VetBiz) prior to award if selected. This is an open-market combined synopsis/solicitation for supplies as defined herein. The Government intends to award a Firm-Fixed Price (FFP) purchase order/contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission of quotes shall be received no later than 11:59 p.m. (est) on September 16, 2019 only via email to David Valenciabonilla, Contracting Officer. Late submissions of quotes will not be evaluated, accepted, or considered for award. Any questions or concerns regarding this solicitation should be forwarded only in writing only via e-mail to the Contracting Officer, David Valenciabonilla at David.Valenciabonilla@va.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-SEP-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/VAMHCS512/VAMHCS512/36C24519Q0549/listing.html)
- Place of Performance
- Address: U.S. Department of Veterans Affairs;Washington D.C. VA Medical Center;50 Irving St NW;Washington, DC
- Zip Code: 20422
- Country: USA
- Zip Code: 20422
- Record
- SN05435723-F 20190908/190907070152 (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 |