SOLICITATION NOTICE
23 -- Purchase a universally accessible shuttle (golf cart style or similar type of transport unit) for the purpose of providing in-park transportation for visitors in wheelchairs or with other physical limitations
- Notice Date
- 9/2/2008
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, PWR - OLYM Olympic National Park 600 East Park Ave Port Angeles WA 98362
- ZIP Code
- 98362
- Solicitation Number
- Q8510080018
- Response Due
- 9/8/2008
- Archive Date
- 9/2/2009
- Point of Contact
- Phaedra Fuller Contract Specialist 3605653009 phaedra_fuller@nps.gov;<br />
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-22. The solicitation number is Q8510080018, and the solicitation is issued as a request for quotation (RFQ). The NAICS code is 423860 with an associated small business size standard of 100 employees. This solicitation is full and open, however small business concerns are encouraged to submit quotes. This solicitation will result in an award of a firm, fixed-price contract. The National Park Service has a requirement to purchase a universally accessible shuttle (golf cart style or similar type of transport unit) for the purpose of providing in-park transportation for visitors in wheelchairs or other physical limitations. DESCRIPTION/SPECIFICATIONS: (1) 24 foot or less turning radius; (2) gasoline powered with a minimum of a 400cc (13hp) engine; (3) key start with 10 spare keys provided at delivery; (4) fixed rear seat; (5) all passenger seating shall face forward; (6) dual windshield wipers; (7) provide and install full vehicle length rigid canopy; (8) provide and install full custom vehicle enclosure, all vinyl with supporting framework; (9) provide and install head lights and tail lights; and (10) provide and install the following instrumentation and safety components: fuel gauge and hour meter, dual side mirrors, 4 wheel braking system, minimum 6 ply premium tread tires, front and rear strobe lights (canopy mount) operated when key is in on position, protected nerf-style bars around vehicle body, seat belts for rated number of passengers, horn and back up alarm. CUSTOMIZED ACCESSIBILITY OPTIONS: Shuttle or transport unit shall be customized for wheel chair accessibility, including: (1) provide and install custom ramps for wheelchair access from either side; and (2) provide and install wheelchair tie downs points on vehicle and provide 2 sets of tie down straps or other ADA approved securing devices with delivery. COLOR: Grey or Beige. Quoters are encouraged to provide interior and exterior color options or samples with quotation. OTHER OPTIONS/ACCESSORIES: Dual drink holder. WARRANTY: 2 year factory warranty requested, but quoters should provide standard warranty and extended warranty options with quotation. DELIVERY: F.O.B. Destination for delivery to John Muir National Historic Site - Visitor Center, 4202 Alhambra Avenue, Martinez, California 94553-3826. Delivery shall be scheduled in accordance with park operating hours which are Wednesday through Sunday between 10 a.m. and 5 p.m. (Pacific Daylight Time). NO DELIVERIES ON MONDAYS OR TUESDAYS. The park does not have a loading dock, so the delivery truck must be equipped with a lift gate. The government requests no greater than a 14-week delivery lead time, but quoters shall state actual delivery lead time on quote if shorter or longer than 14 weeks. TRADE-IN: Quotations may include at the option of the vendor, a trade-in price for a 1999 Yamaha Pacesetter Electric Golf Cart. The government may choose but is not obligated to exercise the option at time of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offers: (1) price, (2) technical capability of the item offered to meet the Government's requirements, including standard and customized options, (3) warranty, and (4) service. Technical capability shall be considered approximately equal to price. Offerors are encouraged to provide literature, drawings, digital photographs or other media with quote, describing or showing the types of transport units commercially available or supplied to other customers, customized or modified to meet or exceed government requirements stated herein. The government reserves the right to make award without discussions. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items, with its offer. The clauses at 52.212-4, Contract Terms and Conditions - Commercial Items, apply to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and includes the following clauses: 52.219-28 Post Award Small Business Program Representation; 52.222-03 Convict Labor; 52.222-19 Child labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-50 Combating Trafficking in Persons; 52.225-1 Buy American Act - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; and 52.232-36 Payment by Third Party. Clauses and provisions incorporated by reference in this solicitation can be accessed on-line in full text at the following websites: htt://www.arnet.gov/far or http://www.ios.doi.gov/pam/aindex.html. All offerors must be registered in the Central Contractor Registration (CCR) database. CCR can be accessed on-line at the following website: http://www.ccr.gov. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the primary point of contact below. Quotations must be received no later than Monday, September 8, 2008, 4:00 p.m., Pacific Daylight Time. SUBMIT 2 QUOTATION COPIES, ONE EACH TO: (1) attention of Phaedra Fuller, Olympic National Park, 600 E. Park Avenue, Port Angeles WA 98362, or send by facsimile to (360) 565-3018, or send by e-mail to Phaedra_Fuller@nps.gov; and (2) attention of Donna Delgadillo, John Muir National Historic Site, 4202 Alhambra Avenue, Martinez, CA 94553, or send by facsimile to (925) 228-8192, or send by e-mail to Donna_Delgadillo@nps.gov. The primary point of contact for this solicitation is: Phaedra Fuller, Contract Specialist, Olympic National Park, telephone: 360-565-3009, email: Phaedra_Fuller@nps.gov, fax: 360-565-3018. The government reserves the right to cancel this solicitation.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1545514d983107e537bc3961aae4e37f&tab=core&_cview=1)
- Place of Performance
- Address: F.O.B. Destination Delivery Address:John Muir Historic Site - Visitor Center4202 Alhambra AvenueMartinez, California 94553<br />
- Zip Code: 945533826<br />
- Zip Code: 945533826<br />
- Record
- SN01656594-W 20080904/080902215941-1545514d983107e537bc3961aae4e37f (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 |