Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2009 FBO #2862
SOLICITATION NOTICE

23 -- FOUR (4) PASSENGER SHUTTLE BUSES WITH ADA CAPABILITIES FOR VA GREATER LOS ANGELES HEALTHCARE CENTER.

Notice Date
9/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441229 — All Other Motor Vehicle Dealers
 
Contracting Office
Department of Veterans Affairs;Network 22 Logistics Office;5901 E. 7th Street;Long Beach CA 90822
 
ZIP Code
90822
 
Solicitation Number
VA-262-09-RQ-0581
 
Response Due
9/28/2009
 
Archive Date
10/28/2009
 
Point of Contact
CHELSEA BLACK
 
E-Mail Address
Contract Specialist
(Chelsea.Black@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SCHEDULE OF SUPPLIES AND SERVICES This procurement action is issued by the VA Network 22 Logistics Office, 5901 East Seventh Street, Long Beach, CA 90822, to obtain four (4) Passenger Shuttle Buses with ADA capabilities for the Department of Veterans Affairs (VA) Greater Los Angeles Healthcare System, 11301 Wilshire Boulevard, Los Angeles, CA 90073. The Government intends to award a firm, fixed price contract for this service. The Government reserves the right to make multiple and partial awards. Line item price shall include all equipment, parts, labor, delivery, and materials related to this contract. The North American Industry Classification System Code (NAICS) is 441229 and the size standard is $7.0. Item # Description Qty. Unit Price Total 1Passenger Shuttle Bus with ramp, Low Floor Model, 28 flip seats, 5 WC, Equipped and Furnished per specifications. 1 $ $ 2Passenger Shuttle Bus with lift, 30 flip seats, 8 WC, Equipped and Furnished per specifications. 1 $ $ 3Passenger Shuttle Bus with lift, 30 flip seats, 8 WC, Equipped and Furnished per specifications. 1 $ $ 4Passenger Shuttle Bus with lift, 28 flip seats, 10 WC, Equipped and Furnished per specifications. 1 $ $ This is a combined synopsis/solicitation for the procurement of four (4) Passenger Shuttle Buses 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; proposals are being requested and a written solicitation will NOT be issued. Provisions and clauses are incorporated through Federal Acquisition Circular 05-36. This procurement is utilized as a Small Business Set-Aside. The solicitation number for this Request for Quotation is VA-262-09-RQ-0581. The North American Industry Classification System Code (NAICS) is 441229 and the size standard is $7.0. DESCRIPTION OF SUPPLIES/SERVICES: The VA Greater Los Angeles Healthcare System has a requirement for the following buses: 1.A low floor bus with 28 passenger flip seats, with at least 5 wheelchairs stations and a wheelchair ramp. 2. Two wheelchair buses with 30 passenger flip seats and 8 wheelchair stations and wheelchair lift. 3.One wheelchair bus with 28 passenger flip seats and 10 wheelchair stations with a wheelchair lift. Salient characteristics of vehicle components are as follows: 1.A Low Floor Bus with 28 passenger flip seats, with at least 5 wheelchairs stations and a wheelchair ramp. INTERNATIONAL LC 31' LOW FLOOR ADA SHUTTLE BUS ENGINE, DIESEL VT365 215HP, 540 LB FT TORQUE TRANSMISSION, ALLISON 2200 PTS SERIES YEAR: 2007 or later model MILEAGE: NO MORE THAN 25,000 MILES CHASSIS SPECIFICATIONS WHEELBASE 217" GVWR 23,000LBS RADIAL TIRES 245/70R 19.5" SUSPENSION, FRONT AIR KNEELING CAPABILITY AIR DRYER, BENDIX AD-IP WITH HEATER AIR COMPRESSOR, BENDIX TU-FLO 550, 13.2 CFM WHEEL SEALS FRONT, OIL LUBRICATED BRAKE SYSTEM, HYDRAULIC- 4 CHANNEL ABS BRAKE PARKING, DRIVELINE MOUNTED 12" X 3" STEERING COLUMN TILTING STEERING GEAR TRW ROSS ALTERNATOR, 12V 270AMP LN BATTERIES, (2) 12V, 1100CCA DAYTIME RUNNING LIGHTS HORN, ELECTRIC (2) STARTER, 12V LN M100R ENGINE BLOCK HEATER ANTI-FREEZE, EXTENDED LIFE SHELL ROTELLA AXLE, REAR CUSHMAN LOW PROFILE, 15,500 LB CAPACITY SUSPENSION REAR, AIR SPRING 15,500 LB CAPACITY, WITH INTEGRATED ANTI-SWAY BAR AND KNEELING CAPABILITY FUEL TANK, 55 US GAL. MOUNTED BEHIND AXLE SEAT DRIVER, NATIONAL 2000 AIR SUSPENSION HIGH BACK SEAT BELT, 3-POINT LAP AND SHOULDER CAB AIR CONDITIONING, INTERNATIONAL BLEND AIR BODY SPECIFICATIONS WHEEL INSERTS 19.5 S/S (SET OF 4) LIGHTS,DOOR ACTUATED DOME ALL INTERIOR DOME LIGHTS RADIO,AM/FM CD PLAYER W/4 SPEAKERS RADIO,SPEAKER DRIVER'S AREA FLOOR FULL RUBBER GRAY TRANS AIR HD 115,000 BTU - CONDENSER DKD-656 ROOF TOP - EVAPORATOR TA-77 - COMPRESSOR TM-31 ADD ON - CONTROLS DRIVER'S DIGITAL EC 3.0 HEATER, 35,000 BTU PROAIR DRIP MOLDING OVER WINDOWS KINEDYNE "RETRACTOR" WHEELCHAIR TIE DOWNS (2) STORAGEE BOX FOR BELTS BACKUP ALARM EXTINGUISHER FIRE 5 POUND FLARE KIT - REFLECTOR GRAB RAILS, CEILING KIT,FIRST AID - 16 UNIT PADDED DOOR HEADER RIGHT HAND GRAB RAIL STANCHION,W/MODESTY BEHIND DRIVER DECAL,PARATRANSIT DECAL,WHEELCHAIR LOCATION SIGN PASSENGER,PULL CORD CLEAR PASSENGER,PUSH BUTTON (1) SIGNAL,CHIME TWO TONE FIBERGLASS STEP COVERS EZ-TRANS INCLUDES JUMPSTART CONNECTOR & NON-SKID TAPE ON R/S WINDOW PASSENGER DOOR EZ-TRANS MID HI FEATHERWEIGHT RIGID SEATS (19) MID HI TWO STEP FOLDAWAY DOUBLE FLIP SEAT (3) LEVEL 3 FABRIC UPGRADE (26) HEAT CIRCULATION PUMP LEVEL 3 SEAT COLOR: 595 PREDICTIONS (26) WHITE STANDEE LINE INCLUDES WHEELCHAIR TRACKS AND RESTRAINTS. 2. Two (2) wheelchair buses with 30 passenger flip seats and 8 wheelchair stations and wheelchair lift.XL 32, 233" Wheelbase 30 Passenger ADA Shuttle Bus ST 3908 1Chevrolet GMT 560 233" WB Chassis with 6.6L Duramax Diesel Engine YEAR: 2008 or later model MILEAGE: NO MORE THAN 3,000 MILES Sidewall: Padded HD Vinyl SB STD 1 Rearwall: Padded HD Vinyl SB STD 1 Ceiling: Padded HD Vinyl SB STD 1 Driver Area: Grey Padded Vinyl SB STD 1 FLOORING Colored Rubber on Entire Floor GREY SB 3047 1 ENVIRONMENTAL CONTROL TA7723 Super 117K GMT TA77 Evap,SMC2S & SMC3L Cond, Dua SB 3561 1 Hot Water Heater, 65K BTU SB 3045 1 EXTERIOR LIGHTS Exterior Hooded Light at Passenger Entry Door SB 3013 1 Mid Ship Turn / Marker Lights SB 3330 1 INTERIOR LIGHTS Door Activated Interior Lights SB 3097 1 AUDIO/VISUAL Deluxe AM/FM / CD / 4 Speakers w/MIC input SB 3287 1 Add Hand held MIC to stereo system SB 3139 1 NOTE: Mount Two of the Speakers in Front Bulkhead SB 3348 1 DOORS/HATCH/WINDOWS Passenger Door, Electric (standard) SB 3063 1 Rear Emergency Exit Window SB 1 Heated & Remote Power Rear View Mirrors SB Chevy 1 PARATRANSIT OPTIONS Double Wheelchair Doors, (2) Windows, (2) Exterior Lights, Interior L SB 3015 1 Braun Century 917 Wheelchair Lift (33" x 51") 403 Compliant SB 3590 1 Q-8201-L Max Retrctr Tie Down,Q8-6326-A1 Combo Lap/Shldr,L Trk SB 3594 2 ADA Brake/Transmission Interlock 403 Compliant SB 3096 1 Priority Seating Sign **Required for ADA Compliance** SB 3104 1 SAFETY OPTIONS Back-Up Alarm SB 3092 1 GRAB RAIL/STANCHION/PANELS Ceiling Grab Rail (each) SB 3050 2 1 1/4" Grab Rail Parallel to Entrance Steps (both sides) SB 3130 1 Stanchion and Modesty Panel Behind Driver SB 3051 1 SEATING - DRIVER Driver Seat, Cover, (1) Armrest, Base Cover, Chevy Econo Seat SB 3292 1 Driver Seat Cover - Level 1 Newport Vinyl; Oxen Vinyl; Olefin SB 3110 1 SEATING - PASSENGER Mid High Double Seat SB 3067 12 Mid High Double Foldaway Flip Seat 1 Mid High Double Flip Seat 2 Seat Cover - Level 1 Oxen Vinyl Grey SB 3071 26 Padded Grab Handle, AV, Black-Each-on: SB 3311 26 Armrest, Freedman US SB 2077 16 Seat Belt, Non-Retractable SB 2086 30 The available seating configuration would be as follows: 0 ADA passengers with 30?ambulatory passengers 1 ADA passengers with 28?ambulatory passengers 2 ADA passengers with 24?ambulatory passengers 3 ADA passengers with 20?ambulatory passengers 4 ADA passengers with 16?ambulatory passengers 5 ADA passengers with 12?ambulatory passengers 6 ADA passengers with 8?ambulatory passengers 7 ADA passengers with 4?ambulatory passengers 8 ADA passengers with 0?ambulatory passengers 3.One wheelchair bus with 28 passenger flip seats and 10 wheelchair stations with a wheelchair lift. Goshen Coach GCII 32 Shuttle Bus Chevrolet 5500 Chassis with 233"WB 8.1 liter Gasoline engine. Allison 1000 5 speed automatic transmission YEAR: 2008 or later model MILEAGE: NO MORE THAN 3,000 MILES SPECIFICATIONS: 1.FAST IDLE WITH INTERMOTIVE GATEWAY 2.RIBBED RUBBER AISLE W/SMOOTH RUBBER UNDER SEATS 3.YELLOW SLIP RESISTANT STEP NOSINGS 4.ENTRY DOOR-36" ELECTRIC 5.HEATER, REAR-65000 BTU 6.CARRIER A/C 1323 MAX GEN V 100,000 BTU 7.ALARM-BACK UP 8.RADIO-DELUXE AM/FM/CD W/4 SPEAKERS 9.ADD ON PA SYSTEM WITH EXTERNAL SPEAKER 10.GRAB RAIL- ENTRANCE VERTICAL, BOTH SIDES 11.GRAB RAIL-CEILING (2) 12.YELLOW STANDEE LINE & SIGN 13.SKIRTS - FIBERGLASS 14.MIRRORS-HEATED/REMOTE 15.INTERLOCK KIT FOR INTERMOTIVE GATEWAY FAST IDLE 16.WHEELCHAIR DOOR, DBL, 2 WINDOWS, INT LITE, AJAR PKG, EXT LITE 17.Q'STRAINT, QRT DELUXE SYSTEM WITH L-TRACK (2) 18.BRAUN CENTURY (SERIES 2) NCL917IB, 33" X 51" 19.SEAT, MID-HIGH, FREEDMAN 2 PASS FOLDAWAY (12) 20.SEAT, MID-HIGH, FREEDMAN 2 PASS FLIP SEAT (2) 21.SEAT COVERING: HEAVY DUTY OXEN GRAY VINYL 22.SEAT, DRIVER, RECOVER 23.TWO WAY RADIO PREP PACKAGE 24.WHITE EXTERIOR - NO PAINT OR GRAPHICS 4.WARRANTY: Contractor shall provide a warranty for two (2) years or 24,000 miles for the engine, transmission and drive train. All other components of the vehicle are to be under warranty for 12 months, unlimited mileage. 5.DELIVERY: Delivery of the buses shall be coordinated with the Contracting Officer's Technical Representative and shall be delivered to 11301 Wilshire Blvd. Los Angeles, CA 90073. Delivery of the buses shall take place within 30 days after order receipt. Inspection and acceptance of the vehicle shall occur at the time of delivery. 6.MULTIPLE AWARDS: The Government reserves the right to make multiple AND/OR partial awards. PROVISIONS/CLAUSES: Offeror shall submit a complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (AUG 2009). The full text of clauses identified herein may be accessed electronically at these addresses: http://www.arnet.gov/far and http://www.va.gov/oa&mm/vaar. The following Federal Acquisition Regulation (FAR) Clauses and Provisions also apply to the acquisition: 52.211-6 Brand Name or Equal (AUG 1999), 52.212-1, Instruction to Offerors - Commercial Items (JUNE 2008); 52.212-4, Contract Terms and Conditions - Commercial Items (MAR 2009); 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders - Commercial Items (SEP 2009). In paragraph (b) of 52.212-5 the following apply: 52.222-3 Convict Labor (AUG 2009), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009), 52.222-26 Equal Opportunity (MARCH 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 52.225-1Buy American Act-Supplies (FEB 2009), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). 52.217-8 Option to Extend Services (NOV 1999), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232-18 Availability of Funds (APR 1984) and 52.236-7 Permits and Responsibilities (NOV 1991). (In addition, the following VA Acquisition Regulations (VAAR) clauses and provisions are incorporated herein by reference: 852.233-70 Protest content (JAN 2008), 852.233-71 Alternate Protest Procedure. (JAN 1998); 852.237-70 Contractor responsibilities. (APR 1984); 852.270-1 Representative of the Contracting Officer (JAN 2008), and 852.203-70 Commercial advertising (JAN 2008). The solicitation shall be submitted, along with descriptive literature to Chelsea Black, Contracting Officer by email only at Chelsea.black@va.gov. CONTENT OF OFFERS: Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Clause 52.212-1, Instructions to Offeror-Commercial Items. As stated in this clause, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Contractor shall submit the following items in its proposal(s): 1.Schedule of Prices: itemized list of vehicles and associated unit prices. 2.References: name and phone numbers of three (3) customers who have purchased, leased, or rented or purchased equivalent vehicles. 3.Brochures on actual vehicle proposed (For equivalent vehicles, must include component specifications). 4.Complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (AUG 2009). 5.Company's DUNS number. 6.Number of company employees. DEADLINE: Offers are due on September 28, 2009, 2:00 p.m., Pacific Standard Time. Submit offers or any questions to the attention of Chelsea Black, Telephone (562) 826-5857 or email Chelsea.Black@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA-262-09-RQ-0581/listing.html)
 
Place of Performance
Address: VA GREATER LOS ANGELES HEALTHCARE SYSTEM;11301 WILSHIRE BLVD;LOS ANGELES;CA
Zip Code: 90073
 
Record
SN01967431-W 20090925/090924001107-e0dcd719c8c745334b173f8275cc8e76 (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.