Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2005 FBO #1279
SOLICITATION NOTICE

23--23 -- WHEELCHAIR BUS

Notice Date
5/26/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, (662/90C), 4150 Clement Street, San Francisco, California 94121
 
ZIP Code
94121
 
Solicitation Number
261-0154-05
 
Response Due
6/15/2005
 
Archive Date
7/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Sierra Pacific Network Consolidated Contracting Activity (CCA) is issuing a Commercial Item Request for Quotation (RFQ) in accordance with FAR 12.203 to purchase one (1) new 2005 8-passenger, 5 wheelchair (or 20 passenger, 1 wheelchair configuration) bus as described herein for the Department of Veterans Affairs Medical Center, 4150 Clement Street, San Francisco, CA 94121, a DVA facility within the Veterans Integrated Service Network (VISN 21). This is a combined synopsis/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 only solicitation. Quotations are being requested and a written solicitation WILL NOT be issued. The simplified acquisition procedures of FAR Part 13 will be used in conjunction with the commercial item procedures of FAR Part 12. The NAICS code is 421110. This procurement is a 100% Small Business Set Aside. VISN 21 CCA intends to solicit quotations and purchase a 20- passenger wheelchair shuttle bus. The following vehicle description and specifications are Brand Name or Equal. One (1) each 2005 Diamond VIP 2500 shuttle bus built on a Ford E450 Cutaway Superduty Chassis, V10 gas engine, 4-speed automatic transmission with transmission interlock, dual rear wheels, tilt steering wheel, cruise control, dual batteries, heavy duty cooling system and service package, fast idle control, 200 amp alternator, top t-slider windows, electric bi-fold door, mud flaps front and rear. Vehicle bus body shall include a steel roll cage with aluminum siding and fully insulated for sound and temperature control; high back reclining driver seat with armrest; mid back seating for twenty (20) passengers with one (1) wheelchair position. Seatbelts must be included on all seats and seat back grab handles on aisle seats. Seats are to be cloth covered. Entry side and driver side modesty panel and stanchion (pole) with dual entry hand rails. Vehicle shall include a 68,000 BTU A/C system front and rear with dual compressors and a 45,000 BTU front and rear heating system. Electric dual panel passenger entry door with exterior key switch with black transit rubber floors are required. AM/FM cassette stereo. Fully automatic ADA wheelchair lifts with ADA tie-down systems for two (2) wheelchairs, backup alarm. Other ADA equipment as required by Federal and California law. Vehicle must include double wheelchair doors with hydraulic struts with upper windows in doors. Complete safety kit to include a fire extinguisher, first aid kit, and reflective triangles. Back up alarm. San Francisco VA lettering applied to bus at no additional charge. Quotations shall be valid for 60 days from offer due date. Prices are F.O. B. Destination. All responses shall be for specified manufacturer/brand name or equal. Quotations shall include the following: 1) descriptive literature and vehicle model/style number and approximate delivery time. The following provisions and clauses apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items and Addendum; 52.233-2 Service of Protest; 852.233-70 Protest Content; 852.233-71 Alternative Protest Procedure; 52.212-4 Contract Terms and Conditions-Commercial Items and Addendum; 52.211-6 Brand Name or Equal; 852.211-77 Brand Name or Equal; 52.232.18 Availability of Funds; 52.247-34 F.O.B. Destination; 852.270-1 Representatives of Contracting Officers; 852.270-4 Commercial Advertising; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including clauses incorporated by reference under Section b (3)(5)(8)(11-16)(18)(24). This is best-value procurement. Award will be made to the offeror whose offer conforming to the solicitation is determined to be most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. Offeror shall submit all information with offer as required in 52.212-1; a completed copy of provisions 52.212-3 Offeror Representations and Certifications-Commercial Items; and 852.219-70, Veteran Owned Small Business Certification. Offerors may obtain copies of the referenced provisions and clauses at: http:///arnet.gov/far and http://www.appc1.va.gov/oamm/vaar/ or by sending a fax request with the offeror?s e-mail address to the Contracting Officer at (415) 750-2170. This combined synopsis/solicitation may be downloaded by accessing the Business Opportunity System at http://www.bos.oamm.va.gov/solicitation?number=261-0154-05. Quotations must be received by 3:00 PM local time June 16, 2005 Quotations shall be submitted in hard copy to: Daryl L. Hanson (90/CCA) VA Medical Center, 4150 Clement St., Bldg. 6, 1st Floor, Room 102, San Francisco CA 94121. Web based offers will not be accepted.
 
Web Link
RFQ 261-0154-05
(http://www.bos.oamm.va.gov/solicitation?number=261-0154-05)
 
Place of Performance
Address: 4150 Clement Street, San Francisco, CA
Zip Code: 94121
Country: United States
 
Record
SN00816165-W 20050528/050526211840 (fbodaily.com)
 
Source
FedBizOpps.gov 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.