Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOLICITATION NOTICE

23 -- Poly-Trauma Van Conversion

Notice Date
7/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
336213 — Motor Home Manufacturing
 
Contracting Office
San Francisco VA Medical Center;4150 Clement Street;San Francisco CA 94121
 
ZIP Code
94121
 
Solicitation Number
VA-261-07-RQ-0151
 
Response Due
8/14/2007
 
Archive Date
9/13/2007
 
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 a Polytrauma Van Conversion as described herein for the VAPAHCS, 3801 Miranda Avenue, Palo Alto, CA 94304-1290, a Department of Veterans Affairs facility within the Veterans Integrated Service Network (VISN 21). Requesting service is PM&RS, Building 7, Room A-119, POC: Ed Brodd. 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 commercial items procedures of FAR Part 12. The NAICS is 336213. VISN 21 CCA intends to solicit quotations and purchase the following items: One (1) 2007 Chrysler Town & Country Touring van, Stone White in color or equal; with the following options: a. Power Steering, b. Front/Rear Air Conditioning, c. Power Locks/Windows, d. Power Mirrors, e. Tilt/Cruise, f. Power Brakes, g. 4-speed automatic transmission, h. Leather Seats, i. Intermittent Wipers, j. Day Time Running Lights, k. 3.8 Litre V6 OHV Engine. Vehicle Modifications: a. Braun Entervan W10" Complete Drop or equal, b. Keel System or equal, c. Automatic Side Door, d. Fold Out Wheelchair Ramp. Adaptive Equipment: a. 6-way Driver Transfer Seat on Wheels for Removal to Accomodate a Wheelchair Driver, b. Manual Wheelchair Tiedowns in Driver Station. Driving Adaptive Equipment: a. Push Right Angle Hand Controls, Left side mounted w/ wrist support, b. Left Foot Gas Pedal on Quick Disconnect Bracket, c. Steering Wheel Orthotic Devices, Spinner Knob, Quad Cuff, V-Cuff w/ Mounting Brackets on Steering Wheel for left and right hand use, d. Drive Master Variable Effort Steering, from "0" Effort, "Low" Effort, and Factory, w/Toggle Switch Control on Passenger Side, e. Turn signal Crossover Lever to Right Side, f. Gear Shift Selector to Right Side. Therapists Controls: a. Brake and Gas Pedal on Passenger Side, b. Convex Passenger Rear View Mirror, c. Portable GPS Unit, Tom-Tom Go or equal, d. Fire Extinguisher Mounted Under Rear Seat, e. First Aid Kit. Offeror shall include warranty information with offer. Quotations shall be submitted on an all-or-none basis. Partial quotations shall be rejected. Quotations shall be valid 60 days from offer due date. Prices are F.O.B. Destination. All responses shall be for specified manufacture/brand name or equal. 1) descriptive literature and product number for time offered; 2) evidence of past performance of contracts of similar type, scope size and complexity that are ongoing or completed within the past three years, references with points of contacts must be identified. 4) 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 a 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. Offeror shall submit evidence of compliance with FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans can be filed on-line at: http://vets100.cudenver.edu/. Offerors may obtain copies of the reference provisions and clauses at: http:///arnet.gov/far and http://www.va.gov/oa&mm/vaar/ or by sending a fax request with the offeror's e-mail address to the contracting officer at (415) 750-2170. Quotations must be received by August 14, 2007, 3:00pm local time. Quotations shall be submitted in hard copy to: Daryl Hanson (90/CCA) VA Medical Center, 4150 Clement Street, Building Six, 1st floor, Room 102, San Francisco, CA 94121 or via fax to the contracting officer at the number shown above. Web based offers will not be accepted
 
Record
SN01356209-W 20070801/070730220652 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.