Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOLICITATION NOTICE

23 -- Handicap Conversion Vehicle - QMAA-FD-090492-N

Notice Date
5/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441110 — New Car Dealers
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Office of Acquisition Operations, Office of Travel, Motor Vehicles and Card Services(QMA), 2200 Crystal Drive, Crystal Plaza 4, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
QMAA-FD-090492-N
 
Archive Date
6/10/2009
 
Point of Contact
Anissa Burley, Phone: (703) 605-9458
 
E-Mail Address
anissa.burley@gsa.gov
(anissa.burley@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation and award prescribed under FAR 13.1 Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This Solicitation QMAA-FD-090492-N is issued as a Request for Quote (RFQ). (iii) This Solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-31, April 20, 2009. (iv) The applicable North American Industry Classification System code is 441110 and the corresponding size standard is $29M. The Small Business Competitiveness Demonstration Program does not cover this procurement. (v) CLIN 0001 – One (1) Brand New 2009 Minivan Handicap Conversion Vehicle w/zero miles. See below for Description Attachment for Purchase Description. (vi) Purchase Description of item being required: ORDER OF PRECEDENCE In the event of a conflict between the text of this purchase description and the references cited above, this purchase description takes precedence. Nothing in this purchase description, however, supersedes applicable state and federal safety laws and regulations and the requirements set forth in the vehicle manufacturer’s Bodybuilders and Incomplete Vehicle Manuals. 1.0 SCOPE Number of units required: One (1) Brand New 2009 Minivan Handicap Conversion Vehicle w/zero miles. A. The government requires a 2009 wheelchair accessible minivan conversion with passenger side entry ramp, lowered floor from rear axel to firewall allowing maximum floor to ceiling height, and ADA compliant side door opening height (56”) and ramp width (30”). The vehicle must meet or exceed all applicable crash tests and safety requirements established by the FMVSS. The vehicle should not be equipped with an overhead center rail in order to maximize client headroom. The flooring material should be rubberized, non-slip vinyl, or other non-carpeted durable material. The ramp should be an electric or manual fold out ramp made with a swing away feature for side door accessibility. The side doors may be power or manual opening. The front driver and passenger positions should have quick release removable seats with manual four point wheelchair securable capabilities in both driver and passenger positions. B The vehicle requested must have the capability to be serviced under warranty within 150 miles of the final delivery destination listed below due to frequent calibration and specification adjustments needed for each individual driver while in training. 2.0 ADDITIONAL REQUIREMENTS The government also requires the following equipment to be installed/supplied in the above vehicle: • Eight self retracting wheelchair tie downs (Q Straint or Sure-Lok) compatible with locking tracks installed in vehicle. • One set of compatible lap and shoulder occupant restraint belts (Q Straint or Sure-Lok). • One seat belt extender (compatible with vehicle manufacturer) • Torso support belt compatible with vehicle seating, adjustable size or medium and large sizes • Six way power seat base installed on removable base in front drivers positions. 350 lb or greater weight capacity. • Ohio safety brake - instructor brake installed on passenger side of vehicle • Fuel cut off switch installed on front passenger side of vehicle • Interior brake light indicator installed on passenger side of vehicle for drivers instructor • Remote vehicle starter • Bruno Turny Orbit seat with power swivel base, OEM or comparable seat, armrests, installed in front passenger position on quick release base. The following hand control systems should be quick release. Installed to enable interchangeable installation/removal of controls without the use of tools. Howell Industries Suregrip hand control, left installation, with Quick Release. (Compatible with MPD controls) •Howell Industries dual gas and brake educator control (if available on vehicle) •Howell Industries interchangeable handle options, Stubby and Orthotic handles •MPD 3500F Foam Grip Push Right Angle Offset Handle hand controls right. * •MPD 3500F Foam Grip Push Right Angle Offset Handle hand controls left. * *Would prefer if grip device could be interchangeable between foam grip, knob grip, and wrist support. •MPD 3502WHD Straight handle with wrist support right. •MPD 3502WHD Straight handle with wrist support left. •MPD 3700 Push Pull control with tri-pin handle, right side mount. •Wells Engberg CT-100 Rotary hand controls left and right (interchangeable with other hand control installation) •MPD, steering device mounts, clamshell design. Quantity: 3 •MPD Counter Balance 3525 •MPD Tri-pin 3522 •MPD Amputee ring •MPD V-grip •MPD Mono pin •MPD Palm grip •MPD Spinner knob •MPD Right sided turn signal (quick release – no tools for installation/removal) •MPD Parking brake extension •MPD Gear shift extension (vehicle manufacturer specific) •MPD Steering device extension •MPD Key extension 3560 (vehicle manufacturer specific) •MPD Accelerator Guard 3570S* •MPD Accelerator/Brake Guard 3571S* •MPD Left foot accelerator 3545S (mounted to driver side removable seat base)* •*Interchangeable to same plate mounted to driver side removable seat base. •DSI CPO5 Palm Control (operate turn signals, horn, high beams, wipers), Right hand version •Raintracker with front passenger mounted on/off switch •Backtracker with front passenger mounted on/off switch •DSI mirror #15/100 convex, suction cup, short-flex stem 4”x1 ¾”. Quantity: 2 •DSI mirror #15 convex, suction cup, long flex stem, 4”x1 ¾”. •DSI mirror Lanechanger +, convex mirror, clips onto interior mirror, 2” x 10”. (compatible to vehicle) •DSI mirror H-X outside clamp mount, 4 ¾” x 1 ¾” • 3.0 WARRANTY Only the manufactures commercial warranty is required. Note to Offerors: Offerors shall explicitly and completely identify any and all exceptions taken to the requirements of this specification. THIS INCLUDES OR EQUAL. Drawings, literature, and any other information submitted with offer shall not constitute a stated or implied exception unless specifically identified in writing as an exception and accepted and implemented by an amendment to the solicitation or modification to the contract. Any exception deemed acceptable by the Government shall only apply to the specific item, requirement, etc. cited, and shall not extend to any other requirement. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Delivery: FOB DESTINATION 30 DAYS AFTER RECEIPT OF ORDER (ARO) TO: VA Medical Center 5000 W. National Ave. Milwaukee, WI 53295 NO LATER THAN 30 DAYS AFTER RECEIPT OF ORDER. ATTN: Clement J. Zablocki. (viii) The following provision applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1 entitled Instructions to Offerors – Commercial. The following addendum is being added to provision 52.212-1: You must submit each of the following as part of your complete package. A) Cover Page. Including the following information at minimum: 1. Company Name as it appears in CCR 2. Company DUNS Number 3. Company Address 4. Company point of contact for the RFQ including name, title, phone, and email. 5. Delivery Date ARO 6. Tax Payer Identification Number B). Representations and Certifications. In accordance with FAR 52.212-3 (or statement that they have been completed in ORCA(c). C) Price D) Please review and advise if you have the vehicle currently available on your dealership lot that meets the government’s minimum requirements. Please outline any requirements offered which do not meet the government’s minimum requirements and attach a separate word document. (ix) The following provision applies to this acquisition: FAR 52.212-2 entitled Evaluation -- Commercial Items. The Government will award to the vendor whose offer is technically acceptable, meets mandatory requirements and represents the best value. (x) Offers are to include a completed copy of provision FAR 52.212-3 entitled Offeror Representations and Certifications -- Commercial Items. (xi) The following provision does apply to this acquisition: FAR 52.212-4 entitled Contract Terms and Conditions -- Commercial Items. (xii) The following clause is applicable to this acquisition: FAR 52.204-6, Data Universal Numbering System (DUNS) Number, FAR 52.204-7 – Central Contractor Registration, FAR 52.212-5 entitled Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The following FAR Clauses within the aforementioned clause are being selected as applicable: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232.33, 52.225-3, 52.225-4. In addition the following clauses apply to this acquisition: F-FSS-755 IDENTIFICATION OF VEHICLES (OCT 1988) The Contractor must show the applicable GSA Purchase Order number on the carrier's freight bill or other document used in the delivery of vehicles awarded f.o.b. destination under this solicitation. This information is essential to the consignee for identification purposes. Vehicles will not be accepted by the Government without this identifying number. H-FSS-582 EVIDENCE OF SHIPMENT OF MANUALS (OCT 1988) The Contractor shall furnish the Contracting Officer and the cognizant Regional Contract Management Division written evidence of shipment or mailing of Parts and Service Manuals required under this contract. This evidence shall consist of a copy of the transmittal letter (if used) or other written paper identifying the contract, agency and GSA case numbers; and shall show the manuals shipped, the addressee, date and method of shipment; and shall be forwarded as indicated above within 24 hours of the date of shipment or mailing. Such evidence need not be furnished for manuals shipped within the vehicles. F-FSS-708 WHEELS-OFF-GROUND DELIVERY (APR 1984) Where individual items are referenced to this paragraph, the delivery method used shall assure that all wheels of subject vehicles are off the ground at all times while in transit from the point of final assembly (vehicle complete as specified) to the destination indicated under the item description. (If vehicles are shipped by rail, the "wheels-off-ground delivery" delivery method is required to a geographical point not more than 60 road miles from the specified destination. In this situation, other modes of conveyance may be used to transport the vehicle(s) from the rail drop-off point to the destination specified under the item description.) For the purpose of complying with delivery mileage restrictions in this solicitation where so specified under the item, the road mileage between geographical points shall be as stated in "Household Goods Carriers' Bureau Mileage Guide", or "Rand McNally Road Atlas", latest issued in effect. (xiii) There are no additional contract requirement(s) or terms and conditions necessary for this acquisition that is consistent with customary commercial practices. (xiv) There is not a Defense Priorities and Allocations System (DPAS) number assigned to this acquisition. (xv) All responsible sources may submit a quote by 12:00 PM Eastern Standard Time on 26 May 2009. Quotes received after that time will not be considered. Contractors must be CCR registered prior to award, and must be registered in ORCA. To register, go to www.bpn.gov and orca.bpn.gov No numbered notes are associated with this acquisition. (xvi) Contact Anissa L. Burley for information regarding the solicitation at 703-605-9458 or e-mail anissa.burley@gsa.gov. The response to this solicitation may be accomplished electronically by submitting a quote to: ontheroad@gsa.gov Using the following subject line “Response to RFQ CASE CE491”. No later than 26 May 2009 by 12:00 PM Eastern Time. All quotes submitted in response to this RFQ shall include the following: NAME OF OFFEROR: __________________________________________________ ADDRESS: ___________________________________________________________ POINT OF CONTACT: __________________________________________________ TELEPHONE NO: ___________________________ FAX: ___________________ EMAIL ADDRESS: _____________________________________________________ DELIVERY DAY’S/DATE ARO:__ PRICE PER VEHICLE: $_____ DELIVERY DATE ARO: __ PRICE PER VEHICLE: $______ All proposed prices shall be fixed price. The Federal Government is tax exempt. TAXPAYER IDENTIFICATION NUMBER: DUN & BRADSTREET NUMBER:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7298dc76f70334a949043f392f742d5d)
 
Record
SN01824109-W 20090522/090521005422-7298dc76f70334a949043f392f742d5d (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.