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