Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2007 FBO #1986
SOLICITATION NOTICE

23 -- NEW LEASED GOLF CARTS FOR FLORIDA NATIONALCEMETERY.

Notice Date
5/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
532292 — Recreational Goods Rental
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration;Centralized Contracting Division (41D3A);5105 Russell Road;Quantico VA 22134-3903
 
ZIP Code
22134-3903
 
Solicitation Number
VA-786-07-RP-0152
 
Response Due
5/18/2007
 
Archive Date
7/17/2007
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Any amendments issued to this solicitation will be available electronically at URL: http://www.fedbizopps.gov. Contractors are advised that they are responsible for obtaining any and all amendments. This solicitation is issued as a Request for Proposal (RFP) Solicitation RFP # VA-786-07-RP-0152 is assigned. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. This acquisition will be for Full and Open Competition. The associated North American Industry Classification System (NAICS) code is 532292. This acquisition contains a request for submission of a quote for two line items (1) and (2) for the Base Year, and one line item (1) for each Option Year period 1 through 4, totaling five years. The Base Year of performance will begin after Notice to Proceed upon the Governments receipt and acceptance of the equipment required in this solicitation and shall end at the expiration of twelve months or one year (i.e. Base Year: July 1, 2007 through and including June 30, 2008). Four additional one-year option periods may be awarded at the option of the Government not to exceed five years. The decision to award an option year is a unilateral decision of the government subject to the availability of funds and required need. Contractors are advised to submit their best proposal for the supplies/services required as award may be made based on the initial submission. The government contemplates award of a firm-fixed price contract resulting from this solicitation. All work will be in accordance with the following: The contractor shall provide a quote for lease of (10) new, electric Golf/Shuttle carts and lease of (1) new, electric utility Golf cart for a Base Year plus four Option Years for the Florida National Cemetery (FNC), 6502 SW 102 Ave., Bushnell, Florida 33513. Base year to begin after government inspection, acceptance of carts and issuance of a Notice to Proceed. Tentative start date for Contract Base Year (i.e. July 1, 2007 through June 30, 2008); Option Year I through Option Year IV to run in succession. The quote submitted shall include any and all charges associated with this acquisition. LINE ITEM 1 : Each golf cart shall be equipped with and meet or exceed the following specifications: (a) All (10) new,shuttle-type, golf carts shall be electric powered, (b) All golf carts shall have a white or off-white canopy top or sun-top (c) Color: is to be green (preferable but not required) or white, with white or tan seats (d) Each cart shall contain 2 seats (2+2) capable of seating a minimum of two passengers per seat (it is preferred but not required that both seats face forward) (e) each golf cart shall have four wheels and four new tires (f) each golf cart shall have a set of four matching hub caps (g) each golf cart shall contain a fully charged, rechargeable, heavy duty 36-Volt DC, 2.5 HP battery; (h) a compatible battery charger for each golf cart battery shall be provided (i) Each golf cart shall contain a voltage regulator for minimum battery power consumption (j) each golf cart shall have a corrosion-proof body (k) each golf cart shall come with a full, all-weather enclosure with zipper doors; (l) each golf cart shall be equipped with, head lights, tail lights, brake lights, left/right turn signal, heavy-duty front bumpers, rear-view mirror, horn, mounted- keyed ignition switch, windshield with wiper; (m) each golf cart shall have the capability of moving forward and reverse and have a reverse warning signal. LINE ITEM 2 : Each golf cart shall be equipped with and meet or exceed the following specifications: (a) (1) new utility golf cart shall be electric powered, (b) The golf cart shall have a white or off-white canopy top or sun-top (c) Color: is to be green (preferable but not required) or white, with white or tan seats (d) The cart shall contain 2 seats (2+2) capable of seating a minimum of two passengers per seat (it is preferred but not required that both seats face forward) (e) The golf cart shall have four wheels and four new tires (f) The golf cart shall have a set of four matching hub caps (g) The golf cart shall contain a fully charged, rechargeable, heavy duty 36-Volt DC, 2.5 HP battery; (h) a compatible battery charger for each golf cart battery shall be provided (i) The golf cart shall contain a voltage regulator for minimum battery power consumption (j) The golf cart shall have a corrosion-proof body (k) each golf cart shall come with a full, all-weather enclosure with zipper doors; (l) The golf cart shall be equipped with, head lights, tail lights, brake lights, left/right turn signal, heavy-duty front bumpers, rear-view mirror, horn, mounted- keyed ignition switch, windshield with wiper; (m) The golf cart shall have the capability of moving forward and reverse and have a reverse warning signal; (n) The cart shall include a 48" Bed with liner and aluminum tool box. Weekly _minor_ preventive maintenance to be performed by the (FNC) Bushnell will include: (a) charging and checking batteries; (b) checking and maintaining proper tire pressure; (c) maintaining correct oil levels; (d) checking steering and overall equipment performance; (e) cleaning. The (FNC), Bushnell will also perform minor maintenance such as the replacement of flat tires. Any repair other than listed above will be considered a major repair and will be performed by the contractor after notification by (FNC) Contracting Officer Technical Representative (COTR). The Contractor agrees to respond via telephone to the Contract officer or COTR within four (4) hours of notification that a major repair or maintenance is needed. The contractor shall respond to all service calls within 24 hours after the initial call. Any lease shuttle/golf cart, which cannot be repaired within 24 hours, must be replaced at Lessors expense upon the request of the COTR or Contract Officer. The contractor shall provide the Contracting Officer with a point of contact and emergency telephone number. The contractor is responsible for and shall perform an Annual Preventive Maintenance (re-conditioning) of the entire fleet of (10) shuttle/golf carts after award of each Option Year during the month of June. The time and place is to be mutually acceptable by the Contractor and the FNC, Bushnell, Contact person at FNC: Diane Polacek (352) 793-7740. The Contractor is responsible for all costs associated with the Annual re-conditioning and maintenance service. All Annual maintenance performed shall be in accordance with manufacturer specifications, standard commercial practices and at a minimum shall include but not be limited to the following for each cart: (a) check and clean battery tops and terminals; (b) charge and discharge batteries to identify battery life and replace as needed; (c) remove rear wheels and drums and perform a brake adjustment; (d) check steering linkage; (e) lube front suspension and all other fittings; (f) adjust tire pressure to manufacturer specification; (g) check and fill all oil and fluid levels to proper level. DELIVERY: Delivery of the required carts shall be FOB Destination within (30) calendar days of contract award. Place of delivery for acceptance shall be the Florida National Cemetery, Bushnell, Florida. Contractors are also requested to indicate in their submission the price at which they would be willing to sell the equipment should the Government elect to purchase at a later date, prior to the expiration of a contract. Specify the latest date such an option may be exercised by the government and how much of the lease already paid by the government may be applied against the purchase price quoted. While leased, sole ownership for the items leased shall remain with the contractor. Upon expiration of the lease term inclusive of all options to extend, all equipment leased and received by the government will be returned promptly to the Contractor. The following provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors _ Commercial Items (SEP 2006) is hereby incorporated by reference. FAR 52.212-2 Evaluation of Commercial Items (JAN 1999) - Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows (Evaluation criteria _MUST_ be included with submission of proposals): (1) Technical capability of the item offered to meet the Government requirements; (2) Price: Will be submitted for each Line Item in the Statement of Work . Line Item 1 shall consist of (a) cost per unit per month; (b) total cost per 10 units per month; (c) yearly total for 10 units per 12 months for the Base Year and each respective Option Year; Line Item 2 shall consist of (a) cost per unit per month, (b) total cost per 1 unit per month: (c) yearly total for 1 unit per 12 months for the Base Year and each respective Option Year. (3) Past Performance: Contractor shall provide the name, address, phone number, contact person and contract number for three of their most recent contracts for leases of golf/shuttle carts with other federal or commercial entities. Item (1) through (3) are in descending order of importance. Award will be made to the offeror providing the highest technically acceptable equipment for maximum period at the lowest total cost. A completed provision 52.212-3, Offeror Representations and Certifications Commercial Items (SEP 2006), FAR 52.204-6, Data Universal Numbering system (DUNS) Number (OCT 2003) and VAAR 852.219-70. The full text of all provisions and clauses cited in this solicitation can be accessed at this, these addresses: FAR- http://www.arnet.gov/far and VAAR- http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm. Clause 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007), is hereby incorporated by reference. The following addenda are hereby incorporated into the clause: FAR 52.216-21 REQUIREMENTS (OCT 1995), far 52.217-5 EVALUATION OF OPTIONS (JUL 1990), FAR 52.217-8 OPTION TO EXTEND SERVICES (N0V 1999), FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000), FAR 52.232-1, PAYMENTS (APR 1984); FAR 52.232-18, AVAILABILITY OF FUNDS (APR 1984); FAR 52-232-19 AVAILABILIY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984), 52.232-38 SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER (MAY 1999), FAR 52-233-1 DISPUTES (JUL 2002); FAR 52.233-2 SERVICE OF PROTEST (SEP 2006); VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998),.VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (APR 1984), VAAR 852.270-4 COMMERCIAL ADVERTISING (NOV 1984). The following additional FAR clauses which are cited in clause 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders Commercial Items (MAR 2007) are applicable to the acquisition: 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-19, Child Labor _ Cooperation with Authorities and Remedies; 52.225-1, Buy American Act-Balance of Payments Program.; 52.225-13 Restriction on Certain Foreign Purchases, 52.232-34, Payments by Electronic Funds transfer-Other than central Contractor Registration. Please call Gregory Hanks, Contracting Officer @ (703) 441-4012, if you have any questions regarding this RFP. To submit questions, please forward them in writing to the Contracting Officer via fax at (703) 441-7025. If you would like to be included on the solicitation mailing list, please e-mail or FAX the Contracting Officer with your company name, point of contact, mailing address, telephone and fax number. Signed and dated proposals including all documentation and pricing are due by 2:00 PM, E.S.T, Friday, May 18, 2007. Mail all submissions to: Department of Veterans Affairs, National Cemetery Administration, 5105 Russell Road, Quantico, VA 22134-3903. FAX SUBMISSIONS ARE ACCEPTABLE, HOWEVER, PLEASE FOLLOW-UP WITH AN ORIGINAL PROPOSAL VIA MAIL. On the outside of each submission envelope, contractor is to write the solicitation RFP #, title of submission and due date.
 
Place of Performance
Address: FLORIDA NATIONAL CEMETERY;6502 SW 102ND AVENUE;BUSHNELL, FLORIDA
Zip Code: 33513
Country: UNITED STATES
 
Record
SN01286787-W 20070505/070503220607 (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.