Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SPECIAL NOTICE

23 -- Notice of intent to award a sole source contract

Notice Date
9/23/2008
 
Notice Type
Special Notice
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Office of Acquisition Operations, Office of Travel, Motor Vehicles and Card Services(QMA), 2200 Crystal Drive, Crystal Plaza 4, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
FFAP-F0-090330-N
 
Archive Date
11/21/2008
 
Point of Contact
Craig Walsh,, Phone: 703-605-2864, Carmen Calloway,, Phone: 703-605-2674
 
E-Mail Address
craig.walsh@gsa.gov, carmen.calloway@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE OF INTENT: The General Services Administration, Automotive Acquisition Support Division plans to award a sole source, definite quantity contract to Cromwell Builders Manufacturing, Inc., 665 Eden Road, Carlton, KS 67448 for open-air tram systems (power car and trailing unit). The other than full and open competition authority is 41 U.S.C. 253(c) as implemented by FAR 6.302.1(b) only one responsible source will satisfy the agency requirement. Cromwell Manufacturing supplied the initial tram fleet (one power car and three trailing units) to the National Parks Service, Cape Cod National Seashore in 2008 and used proprietary electrical and pneumatic connections between the power car and trailing unit rendering standardization and interoperability unlikely from one manufacturer to another. Additionally, there is no industry standard to reference for the compatibility and interchangeability requirements for the electrical and pneumatic connections. A brief purchase description for the tram system is as follows: Power Car- Three (3) power cars each meeting the following requirements: •2009 model year Ford E-350 DRW cutaway chassis with 6.0L diesel engine and automatic transmission. The chassis shall be equipped with all Ford E350 cutaway standard equipment, optional equipment as required by the tram manufacturer, and the following customer required options: Heavy-duty 140amp alternator (Ford option code 63E) 99P/44B 6.0L diesel engine with 5 speed automatic transmission Engine block heater (Ford Option 41H) •Minimum GVWR 10,000 lbs @20 mph. •Front and rear spare tire and wheel- shipped loose (all spare tires and wheels). •Inflatable jack with 30 ft 3/8 inch I.D. air hose with male quick disconnect coupler on one end and female quick disconnect coupler on the other end. •Minimum 20 adult passenger capacity •ADA compliant wheel chairs access and two wheel chair spaces with flip up seats for use if no wheel chair is present •Maximum overall length of 24 ± 0.5 feet •Maximum width of 95 ± 1.0 inch inches •Step and floor height shall not exceed 14 inches •Maximum speed shall be limited to 25 MPH •Dual air spring air ride suspension on rear •Molded fiberglass seats with backs in tram portion of power car •Rain curtains •Storage bays or luggage rack •Fixed roadside closure bars •Public address system for power cars and trailing units •Amber safety strobe light on top of cab •Overhead lighting •On-skid flooring •2-5/16 inch ball hitch towing system complete with trailing unit electrical connection, wiring, and safety chain hooks •Five pound dry chemical fire extinguisher •Back-up alarm •Undercoating- Ford aftermarket undercoating is acceptable •Safety Decals- minimum 2 inch high lettering o“WATCH YOUR STEP” Quantity two –Black letters-on entry side of tram car o“REMAIN SEATED” Quantity 0ne- Red Letters, mounted approximately eye level on forward wall of tram cars Trailing Unit- Two (2) trailing units each meeting the following requirements: •Passenger capacity: minimum 28 adults (18.5 inches per adult passenger) •Length: maximum 25 ft (car only-does not include tongue length) •Width: 86 ± 1 in. •Height: step and floor, 13 in ± 1 in. •Height Overall: 95in. ± 1 in. (with beacon) •Non-skid flooring •Rain curtains •Amber beacon on top rear of unit •Overhead lighting •Public address system speakers, one each on each trailing unit and one speaker in each power car for use with power car PA system •Safety bars on traffic side of unit •GVWR 8,700 lbs @ 20 MPH •2-5/16 ball hitch and safety chains •Brakes: air-over-hydraulic drum •Dual air spring air ride suspension- both axles •Seating: molded bench type seating •Steering: Four wheel steering •Axles: 5,000 lb capacity each axle •Tires: ST 225/75 R15 Load Range, or equal •One spare tire and wheel •Undercoating- Ford aftermarket undercoating is acceptable •Safety Decals- minimum 2 inch high lettering o“WATCH YOUR STEP” quantity two-Black letters- on entry side of tram car o“REMAIN SEATED” quantity one –Red Letters- mounted approximately eye level on forward wall of tram car This NOTICE OF INTENT is not a request for proposals. Interested parties who believe they can meet the described requirements must furnish information about their tram system capabilities to the Contracting Officer, along with supporting evidence to the contract specialist no later than 2:00 pm (Eastern Time) October 7, 2008. All information supplied will be at no cost or obligation to the government. A determination by the government not to compete the proposed contract, based upon responses to this notice, is solely at the discretion of the Contracting Officer. Telephone or faxed inquires will not be accepted. GSA Automotive Acquisition Point of Contact: J. Craig Walsh, Jr., Contract Specialist Telephone (703) 605-2864, E-mail- craig.walsh@gsa.gov Contracting Officer: Carmen Calloway GSA, Federal Acquisition Service, 2200 Crystal Drive, Suite 10006 Washington, DC 20406 Phone Number: (703) 605- 2674 E-mail- Carmen.calloway@gsa.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=aa2af300f114d21e0ba73321a422b5fa&tab=core&_cview=1)
 
Place of Performance
Address: Cromwell Builders Manufacturing, Inc., 665 Eden Road, Carlton, Kansas, 67448, United States
Zip Code: 67448
 
Record
SN01679479-W 20080925/080923221443-aa2af300f114d21e0ba73321a422b5fa (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.