Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
SOLICITATION NOTICE

23--23 -- Bus/Vehicle Lease/Purchase

Notice Date
7/21/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: James A. Haley Department of Veterans Affairs Medical Center, Chief, Acquisition and Materiel Management Service, (90C), 13000 Bruce B. Downs Boulevard, Tampa, Florida 33612
 
ZIP Code
33612
 
Solicitation Number
673-146-05
 
Response Due
8/8/2005
 
Archive Date
9/7/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans' Affairs (DVA/VA), James A. Haley Hospital intends to award a Commercial Item Contract for a Lease/Purchase of a Bus/Vehicle (whichever is most advantageous to the DVA). The delivery location will be at the Department of Veterans' Affairs, Orlando Veterans' Affairs Outpatient Clinic (OVAOPC), 5201 Raymond Street, Orlando, FL, 32803. The Bus/Vehicle shall be at least a 16 passenger dual wheelchair position Bus unit with the following list of the minimum requirements: Bus will be a new bus with less then 150 miles; Electronic (4) speed Automatic Transmission; Power Steering; (16) Passengers Perimeter Seats Plus Driver; (2) Wheel Chair Position; 92" Interior Width At Hip Level; A/C Carrier Free Blow Air Conditioning with Dual Compressors; Rear and Front Heat; Front A/C; Tilt Steering; Manual Front Door 37 94X83; Clear Opening; Right Side Senior Friendly Entrance Grab Rails; Exterior Light Package; Braun 94x 48 Wheelchair lift; Overhead Grab Bars; Back up Alarm; First Aid Kit; Fire Extinguisher; and driver's door to enter and exit through. The Bus will meet all ADA and DOT Standards. The VA reserves the right of choice of custom Lettering and Logo. Estimated usage: 53,000 miles a year in and around city. Successful offeror will provide full maintenance manuals including wiring diagrams, cooling system diagrams and general design schematics.. Maintenance service must be within 20 driving miles of the Orlando Medical Center. General maintenance completed within 24 hours/or as agreed with the COTR. Major repair time will be at discretion of the COTR. Quote submission should be formatted as (a) Monthly lease cost of bus for the base period and all option periods (b) Purchase of bus (c) Penalties for mileage exceeding 53,000 based on all-inclusive per mile cost. FAR Clauses 52.208-4,-5,-6,-7, apply only if vehicle is leased. All other clauses apply if leased or purchased: 52.208-4 Vehicle Lease Payments, 52.208-5 Condition of Leased Vehicles, 52.208-6 Marking of Leased Vehicles, 52.208-7 Tagging of Leased Vehicles. The VA will make award, if funding is available, in the manner that is most advantageous to the government. Delivery of vehicle will be within 30 days of award notification. The Contractor shall have sufficient vehicles to provide for this requirement at the time award notification is made. The Contractor shall provide lease cost per month for a base period plus any option periods identified herein. Vehicle maintenance shall be provided for the vehicle for the entire contract period, base plus option periods. A lease for a new, unused Bus/Vehicle meeting the requirements stated shall be provide in accordance with the terms, provisions and regulations assigned herein for any resultant contract with this facility. The Bus/Vehicle shall be delivered to the Orlando Veterans' Affairs Outpatient Clinic located at 5201 Raymond Street, Orlando, FL 32803. A lease for the vehicle required shall not commence until vehicles are received and accepted by the Government. For payment purposes, the lease term will begin that date. Payment will be made after monthly use in arrears after receipt of the vehicle has taken place and a correct and complete invoice has been received and certified for payment. The VA will supply Government TAG License for Bus. Solicitation Number 673-146-05 is being issued as a Request for Quotation (RFQ). Solicitation issue date is June 21, 2005, quotation due date is August 8, 2005, 3:00 p.m. eastern standard time. This requirement is a total small business set-aside. All qualified small business concerns (Service Disable Veteran Owned Small Businesses and Veteran Owned Small Businesses are HIGHLY encouraged to submit a quotation) that feel they can satisfy this requirement are invited and encouraged to provide their quotation. Offers, including options, shall be evaluated for fair and reasonable pricing, technical competency/capability to perform services, and satisfactory past performance record. The Government anticipates award of a commercial item contract to the responsible offeror whose offer provides the best value to the Government. Award will be made utilizing the Simplified Acquisitions Procedures outlined in FAR subpart 13.5, and a combination of FAR part 12, 13, 15, & 17 award procedures. Contract award is subject to availability of fiscal year funding. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAR) 2005-04. FAR provisions and clauses can be viewed in full text at: http://www.arnet.gov/far/. Electronic copies of the solicitation may be obtained at no cost from the following URL: http://www.fedbizopps.gov/. All solicitation amendments can be viewed on the same web site/URL. Offerors are responsible for checking the web site regularly to obtain amendments. Offerors should contact Michelle.Ranes@mail.va.gov or at (540) 842-4699 regarding any problems downloading or viewing the solicitation from the website. The size standard for North American Industry Classification System (NAICS) code is 532120, size standard $21.5 Million. Questions regarding this procurement must be submitted in writing no later than 3:00 PM EST, July 27, 2005. Questions may be sent by email to: van.hale@med.va.gov or by fax to 813-903-4838. Questions received after the date and time indicated above may not be answered. No telephonic inquiries will be accepted, however vendors may inquire by telephone as to receipt of questions at (813) 972-7535. Quotations must be submitted in writing to the issuing office, be in accordance with the quotation preparation instructions outlined in the Solicitation, and be timely. No web-based offers will be accepted. Contract Period of Performance is September 1, 2005 through September 30, 2005, with two (2) one year option renewal periods. Option periods are exercised at the sole discretion of the Government. Offerors shall verify current registration with the VETS 100 Compliance Program (see: http://vets100.cudenver.edu/vets100.asp), and the Central Contractor Registration (CCR) system (see: http://www.ccr.gov). Place of Performance/Delivery/FOB Point: VA Orlando Outpatient Clinic, 5201 Raymond Street, Orlando, FL, 32803.
 
Place of Performance
Address: Department of Veterans' Affairs, Orlando VA Outpatient Clinic (OVAOPC), 5201 Raymond Street, Orlando, FL
Zip Code: 32803
Country: United States
 
Record
SN00851826-W 20050723/050721211922 (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  © 1994-2020, Loren Data Corp.