Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

W -- Lease of Two (2) ADA Compliant Buses Without Drivers for Puget Sound Naval Shipyard, Bremerton, WA

Notice Date
6/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
485991 — Special Needs Transportation
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, PWD Kitsap Bremerton, FEAD, 467 West Street, Bremerton, WA, 98314-5240, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N44255-07-T-3009
 
Response Due
7/12/2007
 
Archive Date
7/27/2007
 
Point of Contact
Janet Olson, Contract Specialist, Phone 360-476-8383, Fax null,
 
E-Mail Address
janet.olson@navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement, N44255-07-T-3009 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. The NAICS code for this solicitation is 485991. The size standard for a small business under this NAICS code is one that is equal to or less than $6,500,000.00 annual receipts over the last three years. This RFP is issued as an unrestricted procurement. STATEMENT OF WORK 1.SCOPE: The contractor shall provide two (2) leased Americans with Disabilities Act (ADA) compliant buses, no drivers required, to NAVFAC Northwest, Public Works Department Code PRK for use at Naval Base Kitsap (NBK), Bremerton, Puget Sound Naval Shipyard; both are located in Bremerton, Washington. 2.PERIOD of PERFORMANCE: The lease shall be for two (2) ADA compliant buses for a base period of one year, from 5AUG07 thru 4AUG08, and five (5) one-month option periods, 5AUG08 thru 4JAN09. 3.VEHICLE DESCRIPTION: The contractor shall provide two (2), diesel powered, 16-passenger (minimum) ADA compliant buses with the following features: (a) two (2) wheel chair stations in each with flip or fold away seats in each wheel chair position for seating additional passengers when wheel chairs are not in place. (b) Wheel chair lift height from floor to overhead when entering shall equal 68 inches minimum overhead clearance. (c) Front door width when open shall equal 27 inches minimum. Aisle width between seats shall equal 19 inches minimum. (d) Handrails equal overhead handrails in the aisle (full length standee rails) or passenger seat grab rails, (e) airporter style seating preferred, but standard aisle seating is acceptable (e) initial vehicle mileage upon delivery to the Government is not to exceed 100,000 miles. The vehicles shall be properly licensed, contain all the necessary options that allow safe and straightforward loading and off-loading of passengers with disabilities, operational heating and air conditioning systems, all required safety equipment, a rear emergency door, automatic transmission, equipped with spare tire, tools. The vehicles shall be in good repair upon delivery and all upholstery shall be clean and free of rips/holes/splits. The Contractor shall perform all manufacturer?s recommended maintenance service of vehicles at regular scheduled intervals, and will contact the Government to arrange for retrieval of the vehicles a minimum of seventy-two (72) hour prior to the maintenance due date. The contractor shall provide a replacement bus whenever a bus is taken out of service for regular scheduled maintenance. The vehicle shall be leased with unlimited mileage usage. Should any of the buses become inoperable, the contractor shall provide replacement buses within seventy-two (72) hours of notification by personnel of NBK Bremerton Transportation Office, to ensure continued service. 4.PRICING/PAYMENT: The Government shall reimburse no other costs incurred by the contractor in performance of this contract. 5.GOVERNMENT FURNISHED REPORT: Upon request, the Government shall provide a report of monthly mileage to the contractor. 6.The Government shall be responsible for any loss or damage to the leased vehicles during the leased period. Damages shall include body damage or interior damage caused by the government excluding normal fair wear and tear. Damage is defined as (a) body damage including dents larger than the size of a fist, scratches longer than 5? that penetrate the outer layer of the paint and can?t be buffed out, missing body parts, broken lights, broken glass, (b) damaged interiors including cut or torn seats, or broken lights, or (c) mechanical damage including major engine or transmission failure caused by neglecting to notify the contractor of engine warning lights/indicators. NOTE: Government drivers will operate the buses. Proposals shall be submitted in accordance with FAR 52.212-1(b). Price Proposal shall be submitted in the following format; price for each line item as follows: CLIN 0001 - Base Year - Monthly lease rate for two (2) ADA compliant Buses - 12 Months @ $_____________ per month for a total of $_______________. CLIN 0002 - OPTION 1 - One Additional month for lease of two (2) ADA compliant buses - 1 month @ $_____________ for a total $_______________. CLIN 0003 - OPTION 2 - One Additional month for lease of two (2) ADA compliant buses - 1 month @ $_____________ for a total $_______________. CLIN 0004 - OPTION 3 - One Additional month for lease of two (2) ADA compliant buses - 1 month @ $_____________ for a total $_______________. CLIN 0005 - OPTION 4 - One Additional month for lease of two (2) ADA compliant buses - 1 month @ $_____________ for a total $_______________. CLIN 0006 - OPTION 5 - One Additional month for lease of two (2) ADA compliant buses - 1 month @ $_____________ for a total $_______________. Offerors shall submit with their offer a completed copy of Federal Acquisition Regulation (FAR) provisions 52.212-3, Offeror Representations and Certifications - Commercial Items with Alternate I. Award Basis: Lowest Price - FAR provision 52.212-2 Evaluation - Commercial Items is applicable. FAR provision 52-212-1, Instructions to Offerors-Commercial , applies to this solicitation. The following clauses apply to this solicitation and the resulting award: FR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Defense Federal Acquisition Regulation Supplement (DFARS) Deviation); FAR 52.217-8 Option to Extend SErvices; FAR 52.222-35, Affirmative Action for disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41, FAR 52.228-8 Liability and Insurance - Leased Motor Vehicles,FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3, Protest After Award, DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program. All Contractors shall be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in the CCR will make an offeror ineligible for award. Information concerning clauses and provisions incorporated by reference may be obtained at http://farsite.hill.af.mil or www.arnet.gov/far. Proposals are due on or before 3:00 PM on 12 July 2007.
 
Place of Performance
Address: Bremerton, Washington
Zip Code: 98314-5240
Country: UNITED STATES
 
Record
SN01329395-W 20070629/070628031739 (fbodaily.com)
 
Source
FedBizOpps 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.