Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 30, 2001 PSA #2819
SOLICITATIONS

23 -- HARLELY DAVIDSON MOTORCYLES AND SIDECARS

Notice Date
March 28, 2001
Contracting Office
Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20373-5802
ZIP Code
20373-5802
Solicitation Number
USSS010017
Response Due
April 4, 2001
Point of Contact
Donald (Andy) Anderson, Contracting Officer, Phone (202) 406-6940, Fax (202) 406-6801, Email aanderson@usss.treas.gov
E-Mail Address
Donald (Andy) Anderson (aanderson@usss.treas.gov)
Description
This is a combined solicitation/synopsis for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only Request for Proposals, offers are being requested and a written solicitation will not be issued. Solicitation number USSS010017 is being issued as a Request for Proposal. This solicitation incorporates provisions and clauses through Federal Acquisition Circular 97-23. This action is an unrestricted procurement under the NAICS code 336991, size standard is 500 employees. The United States Secret Service has a requirement for 4 each, Harley Davidson Motorcycles (Model FLHTPI), sidecars (Model TLE) and radio/strobe light packages. The following specifications are intended to describe the mechanical, safety and comfort requirements for solo, certified traffic enforcement motorcycles which will be used by the U.S. Secret Service Uniformed Division Motorcade Support Unit to provide motorcade escorts during all types of weather to include rain and snow. With this in mind, a sidecar (factory equipped) will provide the necessary stability/safety needed. A. Motorcycle Specifications: 1. Engine -- Shall be not less than two (2) cylinders with a minimum piston displacement of not less than 1450cc, eighty-eight (88) cubic inches. Engine shall be designed to ensure that any vibration frequencies and magnitudes shall be minimal. Engine and transmission isolated from motorcycle frame through a rubber mounting system. Shall be overhead valve, equipped with hydraulic lifters and fuel injected. 2. Electrical System -- The electrical system shall be nominal twelve (12) volt complying with the following: Battery -- Sealed, heavy duty maintenance free, center mounted battery required. Twelve (12) volts, minimum rated capacity -- 28 ampere hours per Battery Council International (BCI) rating, cold cranking amps. Ignition -- Non-waste spark, alpha control. Charging System -- forty-five (45) amp high output alternator and voltage regulator. Connections -- Industrial grade throughout; an electrical accessory connection shall be provided. Hand Controls -- Water resistant switches shall be provided. Starting System -- Twelve (12) volt starter with solenoid operated engagement and relay required. Horn -- Horn that will emit a sound level adequate to be heard above motorcycle and traffic generated noise level required. Lighting -- Each motorcycle shall be provided with the following lighting equipment: Quartz Halogen Headlight. Pursuit lamps front mounted PAR-36 lamps one red, one blue (incandescent). Taillight. Turn Signals (self canceling) Flashers, four way, integrated into turn signal switches 3. Clutch -- Left hand operated, multiple disc, wet plate clutch capable of offering slip control when motorcycle is operating at low speeds for prolonged periods. Requires clutch disengaged for starter motor operation; low effort hand levers. 4. Transmission -- Shall be five (5) forward speeds of the constant mesh design with the shift lever mounted on the left side of the engine and extending upward to be easily accessible to the operators left foot. Greaseless shifter shaft with "antivibration" rubber spacers. 5. Brakes -- Disc brakes shall be provided for both front and rear wheels. Front brakes shall have dual 11.5-inch diameter drilled discs; rear brake shall be single disc. Brakes shall be relatively free from heat fade, have four (4) piston calipers and uniform expanded rotors. Rear brake must have the capability of attaching to the hydraulic brake incorporated in the sidecar. 6. Frame -- Shall be reinforced double loop, trussed and welded, engineered for sidecar use, (unitized body not accepted). Minimum wheelbase of sixty-three (63) inches. 7. Suspension -- Shall be "heavy duty" air adjustable (front and rear); with the ability to adjust rear ride height to compensate for imposed loads. The rear suspension shall have swing arms having bearings that require no lubrication for life of the motorcycle. This shall be engineered for sidecar usage. 8. Drive Assembly -- Engine to transmission by automatically lubricated 12" pitch double row chain. Transmission to rear wheel (final drive) shall be belt drive. 9. Visual Displays -- Shall have a speedometer certified analog to indicate 0-120 mph, odometer, tachometer, fuel level gauge, pursuit lamp indicator, sight glass on brake master cylinder and a low fuel indicator lamp. 10. Oil and Fuel Capacity -- Gas tank capacity shall be a minimum of five (5) gallons and must include a reserve feature. Oil reservoir shall hold a minimum of four (4) quarts. 11. Wheels/Tires -- Shall have cast wheels with a rim material impermeable to compressed air. Sealed automotive style wheel bearings requiring no end play adjustment and service interval of 100,000 miles. Tubeless type tires to have a non skid tread, designed to operate on paved highways and shall have a full four-ply fabric reinforcement, size MT90X16", front and rear with a bead retention design to remain on wheel during sudden loss of air pressure. 12. Sidecar Connection -- Shall be equipped with sidecar attaching brackets to accommodate sidecar. 13. Feature Requirements -- Seat -- Leather or equal durable material, foam rubber padded, single saddle type with adjustable air bladder. Jiffy Stand -- Shall be designed that if holdback spring is lost or broken, contact with the roadway will tend spring it aside and not serve as a lever for throwing the operator. Foot boards -- Adjustable and provided with non-skid rubber pads on upper surfaces. Engine Guards -- Front engine guard, sturdy rear saddlebag guards. Saddlebags -- Factory installed, law enforcement type fiberglass saddlebag. Bags shall be nominally waterproof, utilizes police style speed latches. Fairing and Windshield -- Fork mounted fairing with windshield; windshield shall be of latest design, utilizing Lexan or clear polycarbonate. Mirrors -- Two (2) true image mirrors shall be provided for each motorcycle. Key(s) -- One key fits all locks Warranty -- Twelve (12) months, unlimited mileage. B. Sidecar Specifications: 1. Body -- Molded fiberglass, smooth gel coat finish 2. Frame -- Tube Steel with attachment hardware for mounting to motorcycle as listed in section A, above. 3. Suspension -- Leaf Spring 4. Brakes -- Hydraulic Disc. 5. Wheels/Tires -- Shall be size MT90X16", wheel to match motorcycle as listed in section A, above. 6. Electrical -- Twelve (12) volt signal light, tail/stop light and fender tip light 7. Bumper -- Poly-Fab, capable of protecting the rear portion of sidecar and displaying 5" high reflective letters "POLICE". Additional Police insignias will be installed by the USSS. C. Maintenance Package Specifications: A base year maintenance package shall include all routine maintenance on the 1450 cc OHV twin cam 88 engine to include oil changes and tune ups, suspension adjustment; clutch/transmission maintenance; electrical maintenance; wheel and tire maintenance; and brake maintenance. The maintenance agreement on all basic upkeep will include labor (oil and parts replaced because of normal wear will be replaced at the cost of the U.S. Secret Service unless covered by the Manufacturer basic warrant). Dealership providing maintenance package must be within 50 miles of 1111 18th Street, NW, Washington, DC 20223. D. Radio and Light Box System Specifications: A Squad-Fitters (www.squadfitters.com) radio and light box system will be ordered and installed by the contractor. The system shall include: WH2113 radio and light box black in color; eight strobe power supply; HD siren amplifier; four 52 linear strobes; 12 volt auxiliary battery; battery charger; 12 volt and 110 volt outlets; 2 PAR36ESs lights and two 52 linear engine guard mounted strobes; and a 100 watt siren speaker. E. Peace Officer Program: Vendors responding to this RFP must offer the Peace Officer Program, which authorize Law Enforcement Officers, Retired Officers and prior Law Enforcement Officers to purchase off-duty Harley Davidson Police Motorcycles. The following FAR Provisions and Clauses are applicable to this RFP: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation Commercial Items, insert in paragraph a. the following: "award will be based on the low offer."; 52.212-3, Offeror Representations and Certifications-Commercial; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following paragraph numbers cited in 52.212-5 are applicable: (11), (12), (13), (14), (15), (17), (23)-fill-in for this clause is: prior to award. These FAR Provisions and Clauses my be accessed via the world wide web at: http://www.arnet.gov/far/ . The contractor shall deliver the complete quantity, FOB Destination with all freight included in the delivered price. The U.S. Secret Service will pickup the motorcycles from a Harley Davidson Dealership within 50 miles of 1111 18th Street, NW, Washington, DC 20223. All proposals should include a unit cost for the (1) 4 Harley Davidson, Model FLHTPI motorcycles, (2) 4 Harley Davidson Side Cars, Model TLE, (3) 4 Radio/Strobe Light Packages, (4) 4 Base Year Maintenance Packages and a complete description of the maintenance agreement. Delivery of motorcycle and equipment is desired no later than June 1, 2001. A signed copy of the Representations and Certifications shall be included with offeror's proposal. Proposals are due April 4, 2001, 3:00PM EST by mail or fax. All offerors may fax proposals to (202) 406-6801, Attn: Andy Anderson. Proposals may be forwarded by mail to U.S. Secret Service, Procurement Division, Attn: Andy Anderson, 950 H Street, NW, Suite 6700, Washington, DC 20773.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=USSS010017&L=38)
Record
Loren Data Corp. 20010330/23SOL001.HTM (D-087 SN50H5C0)

23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index  |  Issue Index |
Created on March 28, 2001 by Loren Data Corp. -- info@ld.com