Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
SOLICITATION NOTICE

V -- Dodge Caravan Retrofit - RFQ S5105A-12-T-0008 Van Retrofit

Notice Date
3/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485991 — Special Needs Transportation
 
Contracting Office
Defense Contract Management Agency, Defense Contract Management Agency, DCMA AQ, 6350 Walker Lane, Suite 200, Alexandria, Virginia, 22310-3226, United States
 
ZIP Code
22310-3226
 
Solicitation Number
S5105A-12-T-0008
 
Point of Contact
Maria S. P. Gerardo, Phone: 804-734-0424
 
E-Mail Address
Sue.Gerardo@dcma.mil
(Sue.Gerardo@dcma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote for DoDGE VAN Retrofit. DCMA requires a caravan be converted to a special needs transportation wtih wheelchair capability. Specification/Requirement: Retrofit a Dodge Van A Dodge Grand Caravan for a wheelchair disabled employee. The vehicle will be assigned to customer number: 05 01 00 975197352. The vehicle will need to be retrofitted with the following requirements for a taller disabled employee: Door opening width: 31 ½" Door opening height: 56 ½" Interior height at center of van: 61" Interior height at driver/passenger position: 60" Ramp length: 52" Hands control with steering knob to replace foot pedals (gas and brake) Driver's swivel bucket seat Side wheelchair entrance Automated sliding side entrance door Automated foldout ramp Whee lchair locking device (secures wheelchair while vehicle is in motion) Kneeling rear suspension to lower the ramp slope OEM Keychain remote control (Auto engine start with automated side door open and ramp foldout); Connected backup 12 volt battery Quote Submission Requirements This is being procured using FAR Part 13 procedures - Simplified acquisition Type of Contract: Firm Fixed Type purchase order Questions concerning this requirement must be submitted via email to Sue Gerardo, sue.gerardo@dcma.mil no later than 2:00PM EST, 9 March 2012. Questions will not be accepted after this cutoff date/time. Telephone inquiries will not be accepted. Questions concerning this solicitation received prior to the above cutoff date/time will be answered via an amendment to the RFQ. All quotes submitted in response to this RFQ shall be submitted via email before 5:00 PM EST, 16 March 2012. Late proposals will not be considered. Email Address: sue.gerardo@dcma.mil In order to be eligible for award, quotes submitted must provide all information specified herein. Quotes that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. The quote shall consist of the following parts: PART I Administrative Data PART II Price Quote - Page limitation: None PART I - Administrative Data a. Transmittal letter. The transmittal letter to the offeror's quote should describe in a brief narrative form any unusual features that the offeror wishes identified before Government evaluation is initiated. Include a statement regarding acceptability of proposed contract schedule, clauses and general provisions, any recommendations, and any exceptions taken. In the event the offeror takes any exceptions to, or sets any conditions for its quote under the subject solicitation, such exceptions or conditions shall be set forth in the transmittal letter. b. Provide a copy of any subcontract, teaming, or consultant agreements or letter of intent containing a description of and the extent of their role in the requirement, and a statement of commitment on their part to satisfy the requirements of this solicitation. c. The letter may also contain a description of any quality awards or certifications that indicate the offeror possesses a high-quality process for performing the required services. Identify what segment of the company (one division or the entire company) that received the award or certification. Describe when the award or certification was bestowed. If the award or certification is over three years old, present evidence that the past qualifications still apply. d. Provide the following information: A. Tax identification number (TIN) B. Dun & Bradstreet Number (DUNS) C. Complete Business Mailing Address D. Cage Code/NAICS Code E. Contact Name F. Contact Phone G. Contact Fax Number H. Contact email address Evaluation Information: This will be evaluated using Lowest Price Technically Acceptable (LPTA) A. TECHNICAL INFORMATION The offeror will submit in a narrative format the work to be performed in transforming the van into a special need vehicle. The specifications below must be met or exceeded. Dodge Grand Caravan for a wheelchair disabled employee. The vehicle will be assigned to customer number: 05 01 00 975197352. The vehicle will need to be retrofitted with the following requirements for a taller disabled employee: Door opening width: 31 ½" Door opening height: 56 ½" Interior height at center of van: 61" Interior height at driver/passenger position: 60" Ramp length: 52" Hands control with steering knob to replace foot pedals (gas and brake) Driver's swivel bucket seat Side wheelchair entrance Automated sliding side entrance door Automated foldout ramp Wheelchair locking device (secures wheelchair while vehicle is in motion) Kneeling rear suspension to lower the ramp slope OEM Keychain remote control (Auto engine start with automated side door open and ramp foldout); Connected backup 12 volt battery B. Price Quote. The offeror will provide a price quote. O fferor will price at the lowest and the most discrete performance task to meet the specification. The following price breakdown is provided as a sample only. It is not intended to imply a required or desired number of labor categories or hours. It is up to the offeror to carefully review the specification and quote the necessary tasks to successfully accomplish the. For example : Specification/Task Labor Category Price Rate Discounted Rate Hours Total Convert Dodge Van to special needs vehicle Transportation Support $35.00 $30.00 432 $12,960.00 Award: Lowest Price Technically Acceptable (LPTA) Quotes submitted in response to this RFQ will be evaluated in accordance with the criteria set forth hereunder. It is imperative that offerors respond directly to each area specified on the required specification and that adequate and specific information be furnished. Offerors are urged to ensure that their quote is submitted on the most favorable terms, since less than their best potential could result in exclusion of the proposal from further consideration. Responses which merely repeat the specification without any detailed explanation cannot be considered as being responsive to the requirements of the RFQ. Assurances of experience, capability or qualifications, without a clear demonstration to support the claim, may adversely influence the evaluation of the quote. Significant deficiencies identified in the factors and sub-factors may eliminate a quote from further consideration. Quote will be reviewed and evaluated to determine which offers comply with the RFQ requirements and which quote offers the lowest price and technically acceptable to the Government. The Government intends to make award based on initial offers received. Therefore, a written notice of award or acceptance of an offer furnished to the successful offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DCMA/DSPPMRO/DCMA-OCB/S5105A-12-T-0008/listing.html)
 
Place of Performance
Address: Defense Contract Management Agency, 678 Front Street NW, Suite 450, Grand Rapids, MI 49504, Grand Rapids, Michigan, 49504, United States
Zip Code: 49504
 
Record
SN02690148-W 20120308/120307120626-5648e2cc48d40e3f85ac6e8089c155fe (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.