Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2006 FBO #1746
SOLICITATION NOTICE

23--23 -- Adaptive Equipped Full SIze Sedan

Notice Date
9/5/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Director, Acquisition & Materiel Management, (90C), One Veterans Drive, Minneapolis, Minnesota 55417
 
ZIP Code
55417
 
Solicitation Number
618-272-06
 
Response Due
9/19/2006
 
Archive Date
10/19/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation, from which the Government intends to award firm, fixed price contract for one adaptive equipped full size sedan to be used as a driver training, vehicle delivered to VA Medical Center, One Veterans Drive, Minneapolis, MN. Only new vehicles are acceptable. All vehicles must be U.S. manufactured. The price of vehicle must include cost/installation of adaptive equipment and any associated delivery charges. Offers must state the standard warranty provisions for the vehicle and installed adaptive equipment and the local servicing agent (must be Minneapolis or St. Paul metropolitan area). The offer must specify the year, make and model of offered vehicle, provide technical specifications to include standard equipment for vehicle make and model, and proposed adaptive equipment, provide estimated number of days to deliver. Vehicle and adaptive equipment must meet, at a minimum, the following requirements: ITEM NO. 0001, QUANTITY: 1, Full size sedan or larger (no wagons), 2 wheel drive, 4 passenger doors, V-6 (or larger), automatic transmission, 5-person minimum passenger capacity, power door locks, power windows, air conditioning, frontal air bags (driver and passenger), side-impact/head curtain air bags (driver and passenger), power steering, power brakes, tilt and/or telescoping steering, 6-8 way power adjustable driver seat, and leather/vinyl seats. ITEM NO. 0002, ADAPTIVE EQUIPMENT to be installed prior to delivery/acceptance of vehicle. Horizontal push-pull hand controls (MPD or equivalent), Vertical Sure Grip hand control (or equivalent), interchangeable transfer bracket to allow instructor to change between MPD hand controls and vertical Sure Grip hand controls, quick release left foot accelerator with right pedal guard, OS TEENSAFE (www.osbrake.com) passenger brake (or equivalent) with footrest for driving instructor, remote right/left turn signal control mounted on steering device, spin master steering wheel spinner knob system (or equivalent) with clam-shell bracket to aid in repositioning steering devices with the following steering devices as available ): flat spinner, quad grip with pin, pin (tri-pin), V-grip, upright quad spinner, eye check mirror (small, round), additional rearview mirror for driving instructor, and magnetic student driver sign posted on rear of vehicle. EVALUATION AND AWARD: Award will be made based on best value to the government price, safety, performance capability of proposed vehicles, adaptive equipment and warranty of vehicle and equipment considered. Vehicle safety ratings for overall crash tests will be assessed through ?Safecar Guide and the Insurance Institute for Highway Safety web sites www.safecarguide.com, www.iihs.org. This procurement is being conducted under FAR Subpart 13.5 Test Program; simplified acquisition procedures apply. VA will conduct the procurement according to a combination of FAR Par 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued but refer to Request for Quotation No. 618-272-06. All responsible sources that can meet these requirements and provide services as listed may respond to this solicitation by submitting cost and technical proposals; offers of equal quality must include a copy of the technical description and/or product literature, as well as, a description of commercial warranty, include location and past performance history. NAICS code is 441110 and the small business size standard is $26.5 million. Award will be firm fixed-price contract, with payment in arrears on certified invoice. The government will award to obtain the best value for the government including price, price-related factors and technical capability and past performance being considered. The following incorporated clauses and provisions are those in effect through FAC 2005-12 and are applicable to this acquisition; Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items, with his/her offer. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at these addresses: http://www.arnet.gov/far (FAR) and http://www.va.gov/oa&mm/vaar/ FAR 52.212-1, Instruction to Offers - Commercial Items; FAR 52.212-2, Evaluation of Commercial Items; FAR 52.212-3 Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items; FAR; FAR 52.-217-6 - Commercial Advertising; 852.219-70 Protest Content; and 852.233-71 Alternate Protest Procedure. Original proposals shall be submitted to: Ken Eshom, Contracting Officer (90C), VA Medical Center, Bldg 68, Room 136, One Veterans Drive, Minneapolis, MN 55417. Telephone: 612-725-2186. Email: ken.eshom@med.va.gov Response to solicitation must be received in this office by September 19, 2006 @ 3:30 pm CST. Telephone responses are not accepted. FAX number is 612-725-2072. Faxed proposals will be accepted followed by original hard copy proposals by overnight express (FedEx or equivalent) to arrive the next business day.
 
Place of Performance
Address: VAMC One Veterans Dr, Minneapolis, MN
Zip Code: 55417
Country: United States
 
Record
SN01133761-W 20060907/060905220227 (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.