Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2002 FBO #0167
SOLICITATION NOTICE

25 -- AMBULANCES FOR CRASH TESTING

Notice Date
5/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Morgantown - NIOSH, 1095 Willowdale Road, Morgantown, WV, 26505
 
ZIP Code
26505
 
Solicitation Number
2002-Q-00436
 
Response Due
6/21/2002
 
Archive Date
7/6/2002
 
Point of Contact
Brenda Goodwin, Contract Specialist, Phone (304)285-5882, Fax (304)285-6083, - Rex Wolfe, Jr., Contract Specialist, Phone (304)285-5883, Fax (304)285-6083,
 
E-Mail Address
bcg1@cdc.gov, rsw1@cdc.gov
 
Description
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; BIDS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as Request for Proposal No. 2002-Q-00436. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06. This requirement is being issued unrestricted. BACKGROUND: The National Institute for Occupational Safety and Health (NIOSH), in partnership with the U.S. Army Tank Automotive Research, Development and Engineering Center (TARDEC), is undertaking a design, test, and evaluation project to investigate the use of occupant restraint technology in ambulance patient modules. As part of this project, NIOSH has retained ARCCA, Inc., Penns Park, PA, a GSA contractor, to provide engineering evaluation and test support. The joint project team also is expected to include Defence Research and Development Canada, Impact Facility Group, Toronto through the Department of National Defence Canada, Canadian Forces Medical Group. The goal of this project is to improve the safety of EMS personnel who work either seated or standing in an ambulance patient module without compromising their ability to perform all necessary tasks. In support of the project, NIOSH/DSR intends to purchase between 1 and 6 ambulances within fiscal year 2002. Multiple awards are anticipated. The ambulances will be used as test subjects in crash-worthiness evaluations including destructive crash tests. SPECIFICATIONS: The ambulances must meet the following specifications: Be either a Type I or Type III ambulance; Vehicles chassis must be 1992 or newer, 1994 or newer preferred; Vehicle must be operable and in road-worthy condition; Vehicle must not have sustained previous crash damage requiring repair or re-manufacture of the vehicle frame or patient module structure. The seller may be requested to certify the chassis and patient module condition (NIOSH reserves the right to examine any ambulance offered prior to purchase); Vehicles must conform to the Federal Specifications for ambulances KKK-A-1 822C or D; Patient module must be 1992 or newer; and the patient module seating configuration must include an attendant's seat, squad bench (left facing), and CPR (right facing short bench) seat. Any deviations from the specifications listed above shall be clearly identified in a separate section of the proposal. DELIVERY: Offers shall propose based on a delivered price, F.O.B. Philadelphia area. Offered price shall include all costs of delivery ARCCA, Inc., Penns Park, PA. Offerors are responsible for coordinating delivery to the designed site. All ambulances purchased shall be delivered on or before August 5, 2002. EVALUATION FACTORS: Offers will be evaluated to determine technical compliance with the specification. The Government reserves the right to consider all options and make award to the responsible offeror(s) whose offer conforming to this solicitation is considered most advantageous to the Government, price and other factors considered. It may be considered advantageous to the government to select higher cost items if their purchase will provide a wider range of ambulance types, vehicle chassis or ages of ambulances for crash tests. Therefore, each ambulance shall be individually priced. Information provided with your offer must demonstrate the unit's ability to meet or exceed the stated technical criteria (requirements/specification) or your offer may be rejected. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2000); 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2002) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Dec 2001). Additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: FAR 52.222-3 Convict Labor (E.O. 11755), 52.233-3 Protest After Award (31 U.,S.C. 3553 and 40 U.S.C. 759); 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41.U.S.C. 253g and 10 U.S.C. 2402); 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small business concerns (15 U.S.C. 637 (d)(2) and (3)); 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)); 52.222.26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers With Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act - Balance of Payments Program - Supplies"; 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); and 52.232.34, Payment by Electronic Funds Transfer -Other than Central Contractor Registration (31 U.S.C. 3332). OFFERS ARE DUE JUNE 21, 2002, 2:00 p.m. local prevailing time. The offer acceptance period of at least 60 days must be included with your offer. The government expects to make awards on or before July 12, 2002. SUBMIT THE FOLLOWING INFORMATION TO: DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Brenda Goodwin (MS1019), REF: Solicitation 2002-Q-00436, 1095 Willowdale Road, Morgantown, WV 26505: (1) Original and two copies of a completed Standard Form 1449, signed by an individual authorized to bind the organization; (2) Schedule of Supplies/Services (vendor quotation) containing item description for each ambulance being offered with individual pricing and a delivery schedule (as stated above) for each, and; (3) completed Representations and Certifications - Commercial Items, FAR 52.212-3 (April 2002); (4) information which clearly demonstrates compliance with the stated specifications (for evaluation purposes); and (5) acknowledgment of solicitation amendments, if any. Facsimile or electronic offers are NOT authorized. Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Simplified acquisition procedures will be utilized. Information referenced in this notice may be obtained from Brenda Goodwin at (304) 285-5882 or by fax at (304) 285-6083. All responsible sources may submit a response, which shall be considered by the Agency. .
 
Record
SN00078134-W 20020518/020516213101 (fbodaily.com)
 
Source
FedBizOpps.gov 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.