Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

23 -- Purchase 11 Motorcycles for the U.S. Park Police

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
WASO - WCP Contracting & Procurement 12795 W Alameda Parkway Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
RFQ3960070182
 
Response Due
9/14/2007
 
Archive Date
9/6/2008
 
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; quotes are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation No. Q3960070182 is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. The North American Industry Classification System (NAICS) is 336991; the size standard is less than 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-06. This procurement is a commercial item and is a Full and Open Competition. The work of this project shall consist of providing all labor, supplies, materials and equipment for the furnishing and delivering of motorcycles and sidecars. Contractor shall provide the latest production model, completely assembled and ready for operation with all standard equipment and with a 24-month extended warranty. Delivery is 30 days after receipt of purchase award. FOB Destination to each location stated in the Place of Contract Performance. Motorcycles and sidecars shall be in accordance with the following equipment list: NOTE: Motorcycles must be certified for sidecar usage by manufacturer. MOTORCYCLES (Quantity: Total of 11: 8 for location in Washington, D. C. and 3 for San Francisco, CA) 1. Displacement: minimum of 1690 cc. 2. Engine: air cooled with heat management system 3. Color: birch white with black saddle bags Chrome engine package 4. Transmission: standard, minimum 6 speed 5. Driveline: belt driven 6. Suspension: heavy duty 7. Exhaust system standard 8. Floor boards and T bar shifter controls 9. Brake pedal: foot operated, approx. 2"x4" with rubber pad 10. Windshield with fairing, minimum 3/16" thickness, silhouette or equal 11. Speedometer: Police certified 12. Siren: electric (for motorcycle use). Disconnect motorcycle horn, connect to air horn. 13. Sidecar mounting brackets and wiring harness, installed by dealer. Sidecar connection kit and brake lines. 14. Seat: heavy duty traditional solo saddle, air suspension, fully adjustable dampening and springing or equal, minimum 17" wide and 17" long. 15. Color: Police (birch white) 16. Saddlebags with mounting brackets and saddlebag guards, color BLACK 17.Turn Signals: front and rear with 4-way flashers, rear turn signals have auxiliary brake light function, red lenses. 18.Mirrors: left and right rear view with chrome extensions. 19.Cigarette lighter (for radar use) 20.Electrical system: Shall be nominal 12 - volt Battery, sealed, heavy duty maintenance-free, 12 molt minimum rated capacity - 28 ampere hours (battery council international rating), 270 cold cranking amps. Ignition. Non-waste spark, alpha control. Connectors. Industrial grade throughout provided with electrical accessory connection. Hand controls. Water-resistant, integrated switches. Starting system. 12-volt starter, solenoid operated engagement, relay required. Horn. Sound level audible above motorcycle and traffic generated noise lighting. Each motorcycle shall be provided with the following lighting equipment. Quarts halogen headlight, 55 watt low beam and 60 watt high beam pursuit lamps front mounted PAR-3, one red and one blue (incandescent) Tail light. Turn signal, self - canceling systems. Flashers, four-way, integrated into turn signal switches. License plate lighting, two blue indicator lamps. 21. Emergency LED lighting system: Harley Davidson Emergency lighting box. 22. Safety bars front and rear, loop type, minimum 1-1/4" diameter. 23. Tires: Tubeless type tires to have non-skid tread, designed to operate on paved highways and shall have a full, four-ply fabric reinforcement. Manufacturer, Dunlop: front and rear MT90B16 black wall D402PT tires. Bead retention tires designed to remain on wheel during sudden loss of air pressure 24. Indicator light for emergency equipment use, mounted on left side of instrument panel. 25. Fairing air deflectors (clear) 26. Front axle nut covers (chrome) 27. Chrome windshield strip. 28. Radio transmit switch (mounted left-hand switch control head) 29. Microphone hanger bracket (left side handlebar). SIDECAR SPECIFICATIONS (Quantity: 8) 1. Lightweight fiberglass with internal footrest. 2. Matching lower fender trim skirt 3. Suspension: single leaf-spring mounted body 4. Mounting system: quick disconnect of mechanical and electrical systems for ease of installation and removal. Connection kit includes hardware to retain passenger footboard adjustability. 5. Lighting: directional signal, taillight, fender tip lamp 6. Wheel: cast rim, lace wheel with Dunlop Elite II Touring police blackwall 7. Braking: hydraulic drum brake on third wheel 8. Storage: fully carpeted and lockable area behind seat 9. Windshield: lexan windshield contoured for wind protection 10. Cover: snap down tonneau type: vinyl/cotton 11. Paint: powder coated painted frame and components, Police WHITE birch 12. Seat: forward folding seat for storage access, padded vinyl seat and cushioned siderails There are two line items as follows: A. Motorcycles w/sidecars: 8 (for Washington, DC ) Unit Price for Each $______ Total Price for 8 $______________ (Washington, DC delivery location) B. Motorcycles w/sidecars:: 3 (for San Francisco, CA) Unit Price for Each $_______ Total Price for 3 $______________(San Francisco, CA delivery location) C. Total Price of Quote: $__________________________________ No substitution of materials and/or design shall be made without the prior approval of the Contracting Officer. The government shall have up to seven (7) days to perform a final inspection upon delivery of the items to the site. The contractor agrees any item shall be returned at the contractor's expense if not meeting the specifications and the purchase agreement terminated. The contractor shall warrant all parts and labor for a period of two (2) years from the date of acceptance. The contractor shall replace without cost to the government any part of the item that fails due to manufacturing or material defects during the warranty period. All costs of transportation of any item for said repairs will be at the contractor's expense. F.O.B. Destination to each location. Delivery Required: Please state delivery time on quote, inspection and acceptance will be at destination. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.211-06 Brand Name or Equal, FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-02 Evaluation of Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products, FAR 52.225-11 Restrictions on Certain Foreign Purchases, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following are addenda to FAR Clause 521.212-1, paragraph (b) submission of Offerors shall also include (1) specifications literature for items being offered (2) Three References and Contact Names and Telephone Numbers for three similar, recent past performance requirements. For full text of FAR Clauses, the web site address is www.arnet.gov. INSTRUCTIONS TO OFFERORS: Offerors should include a copy of the manufacturer's specification sheet and any other literature directly related to the motorcycle and sidecar offered. All offers should be registered in the Central Contractor Registration (www.ccr.gov) and in the Online Representations and Certifications Application (www.orca.bpn.gov) IAW FAR 52.212-3, Offeror Representations and Certifications-Commercial Items: (If there are any changes to your ORCA please complete section "k" below:) ---(k)(1)Annual Representations and Certifications. Any changes provided by the offeror in paragraph (k)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs___.(Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA) - END OF PROVISION. All offers must also include the unit prices for line items A & B and total price for line item C. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Vendors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items showing unit price, delivery time after receipt of contract, payment terms, correct remittance address; and compliance with FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 5:00pm MST September 14, 2007 and can be sent to NATIONAL PARK SERVICE, Attn: Mary Ray, 12795 West Alameda Parkway, MS-WCP, Lakewood, CO 80228. Quotes may be faxed to 303/969-2402. Quotes will be accepted by email at: mary_ray@nps.gov. All responsible sources may submit a quote which will be considered. EVALUATION OF COMMERCIAL ITEMS: The Government will award to the responsible offeror based on the following: 1. Price, 2. Specification of model being offered, and 3. Past performance. The Government reserves the right to award to the offeror providing the best value to the Government. Award may not necessarily be made to the offeror submitting the lowest price. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2677643)
 
Place of Performance
Address: 3 Motorcycles w/sidecars delivered to: 1217 Ralston Ave, San Francisco, CA 94129 8 Motorcycles w/sidecars delivered to: 1217 Ralson Ave, Washington, DC 20002
Zip Code: 80228
Country: USA
 
Record
SN01399246-W 20070909/070907222411 (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.