Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 28,1996 PSA#1603

U.S. Department of Agriculture, ARS, FMOD, BA, Contracting Section, Bldg. 003, Room 329, 10300 Baltimore Avenue, Beltsville, Md. 20705

23 -- TRAM VEHICAL SOL 14-3K47-96 DUE 061496 POC Donna Hardy, Procurement Analyst, 301-504-5073, Fax 301-504-5009. This is a combined synoposis/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 solicitation only; proposals are being requested and a written solicitation will not be issued. The solicitation No. 14-3K47-96, is issued as a request for proposal and incorporates provisions and clauses that in effect through Federal Acquisition Circular 90-37. The standard industrial classification code is 3799, with a small business standard of 500 employees. This acquisition will be procured under a small business set-aside. Delivery is required on or about September 17, 1996 or within 120 days. Delivery is F.O.B Destination to the U.S. National Arboretum, Washington, D.C. Any interested/qualified sources who can provide the items above must repond by June 14, 1996, at 2:00 p.m. All such responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government will award a contract resulting from this solicitation to the reponsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other related factors considered. The following factors shall be used to evaluate offers: (1) technical capabilities, (2) past performance; and (3) price. The offerors shall identify where the offered item meets or does not meet each of the Governments functional and performance minimum specification listed herein. Responses shall include literature, brochures, and other such information corresponding to the required items which demonstrates the capabilities of the offeror's tram. The following FAR clauses and provisions apply: FAR 52.212-1, Instruction to offerors-commercial items, FAR 52.212-2, Evaluation-Commercial item: with the following evaluation criteria; awarded to a technically acceptable offeror at a fair and reasonable price, FAR 52.212-3, offeror representatives and certifications - commercial items. The following FAR clauses in paragraph (b) of FAR 52.212-5, contract terms and conditions - required to implement statues or executive orders - commercial items, will apply to the resultant contract: 52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-18 and 52.225-21. All offerors must include a completed copy of FAR 52.212-3 with their response. Because this is a commercial item, FAR 12.603(c)(ii) will be used for establishing the solicitation response time rather than the time established in Note 22, which, in this instance, is not applicable to this commercial acquisition. TRAM Requirements: The National Arboretum has a requirement for a tram to transport visitors and tour groups around its grounds. The tram system needs to consist of a powered unit and at least one module. The minimum requirements that must be met are: (1) minimum seating capacity for 45 passengers. The powered unit must have the ability to create capacity for two wheelchairs and meet all ADA standards. (2) light weigh manually operated wheelchair ramp provided on the curb side of the powered unit that meets all ADA standards. (3) height from ground to floor of the tram cannot exceed 14 inches. A height of less than 14 inches is more desirable. (4) the length of any unit cannot exceed 30 feet (5) passenger seats will be molded, contoured self-supporting fiberglass, not less than 18 inches wide and a minimum of 15 inches forwarded leg room (6) passenger area will be an open environment and have an optional weather protection on both sides of all units. The weather protection should be clear and controllable from the drivers seat. Curtain, when not in use will be housed at the top of the roof line and will be able to drop to approximately the seat level at its lowest point but have the ability to stop at any level above the lowest level. Each side will operate independently (7) AM/FM radio with cassette player and public address system. Hands-free microphone at the drivers location and also at the a designated announcers location in the passengers area. A sufficient number of speakers to provide a clearly heard announcement throughout the passenger area (8) each unit will have lighting that meets ADA requirements for approach and aisle lighting and satisfy requirements for night time operation (9) the floor will be nonanodized aluminum attached to the floor chassis and be covered with an anti-skid rubber mat (10) the system will be powered by a gasoline engine and have sufficient power to pull the powered unit and up to two modules (all fully loaded with passengers averaging 150 pounds each) to handle a 8% grade at a speed of 5 miles per hour and 15 miles per hour on a flat terrain. The powered unit's and all passenger units will support a towing ball (at least 2 5/6 inch steel ball) and safety chain eyes to mate with the trailing module coupling (11) the roof design for all units will provide a drip rail around the perimeter of the roof to allow moisture to drain at the rear corners (12) articulated steering is required is required that will allow the modules to track in the same path as the powered unit, thereby providing excellent maneuverability. (0144)

Loren Data Corp. http://www.ld.com (SYN# 0269 19960524\23-0001.SOL)


23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page