Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
MODIFICATION

V -- Handicapped Drivers Education Van

Notice Date
9/4/2009
 
Notice Type
Modification/Amendment
 
NAICS
441110 — New Car Dealers
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA-263-09-RQ-0322
 
Response Due
9/4/2009
 
Archive Date
11/3/2009
 
Point of Contact
Ken EshomContract Specialist
 
E-Mail Address
Contract Specialist
(ken.eshom@va.gov)
 
Small Business Set-Aside
N/A
 
Description
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 as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. (ii) The solicitation number is VA263-09-RQ-0322 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-35, July 14, 2009. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as full and open competition. The North American Industry Classification System (NAICS) code is 441110, and the size standard is 29 million. (v) This requirement consists of two (2) line items: CLIN (1) Mini-van suitable for use in a drivers education/rehabilitation program for wheelchair users, with the following options; a) Automatic transmission, b) Air conditioning, c) cruise control, d) Rear heat and air conditioning, e) Power brakes, f) Power windows, g) Power door locks, h) Power mirrors, i) 6-way power base drivers seat, j) Tilt steering column, k) Power steering, l) Extended wheel base, m) Power sliding door, n) Load leveling suspension, o) HVAC-airflow, temperature control, and AC compressor p) Operating/Service Manuals, 2 copies each. CLIN (2) VEHICLE MODIFICATIONS: a) Lowered floor with Side-entry, Kneeling capability b) Power folding ramp (side entry) c) AVPS External battery system d) Removable/interchangeable front seats (driver and passenger), e) Switches for lift/door: Magnetic exterior controls, Dash Button, and Remote control f) Wheelchair Securement: 4-point certified retractable wheelchair tie downs (i.e. Q-Straint), located in both midsection and in driver's position g) Acceleration/Braking: 1) Electronic: customized mounting left and right, gas forward, tri-pin, T-Handle, and Hand Splint, 2) Mechanical: hand control instructor's package offering push-pull, push-right angle, push-rock, (i.e. HD with Quad handle, right angle, with evaluator quick release ends and Push/pull sure grip/rocker style with evaluator quick release ends. 3) Gas pedal guard 4) Pedal extensions adjustable 4-8 inch, 5) power emergency brake. h) Interaction Mechanisms: 1) 16 function touch pad (functions EMC AEVIT 2.0 primary and option package A secondary controls with HVAC) 2) left and right side power gear shift 3) HVAC system, Touch Interaction mechanism Digitone function, 4) dome switch, Pin switch, and elbow dome switch 3 inch. 5) Voice Interactive Controls (VIC), 6) Digi-pin switch with joystick. i) Steering: 1) variable effort steering with back-up, j) Secondary steering, Left/Right/Center, model style EMC AEVIT WL series gas/brake and steering system with mini wheel input, EMC AEVIT J series gas/brake and steering system with joystick input, Full set of EMC orthotics and devices for steering and gas/brake controls: tri-pin, 1inch knob, 2 inch knob, hand splint, and swivel pin k) Steering devices for OEM steering: (4 mounting devices): Removable clam shell bases to allow for multiple positions on wheel 7:00, 2:00, 5:00, and 11:00. Spinner knob, Tri pin, V-cuff, Palmer cuff, for hooks, and Tri-pin counter weight. l) Extensions: 1) Ignition key - Quad key turner, 2) shift lever, left and right. m) Miscellaneous: 1) Smart View Mirror II with modified suction-cup application (to allow for removal) on left and right exterior/side mirrors. 2) Remote Start and remote door opener 3) Chest straps (Grandmar/IMEC), 4) Seatbelt extension with stanchion seat belt receptacle, 5) Seatbelt retractor clips (2 each). n) EMC AEVIT Evaluator Console, to include additional mounting pipe and six (6) mounting Ts, pipe cut to lengths of 6, 8, 10, 12, 14, 16, 18, and 20 inches. o) Teen Safe Trainer brake installed on passenger safe. p) Evaluator eye check mirror. Evaluator Rearview Mirror q) Operating/Service manuals for adaptive equipment, 2 copies each NOTE: Offeror must agree to adhere to National Mobility Equipment Dealers Association (NMEDA) guidelines. (vi) Only new vehicles are acceptable. All vehicles must be U.S. manufactured. The price of vehicle must include cost/installation of adaptive equipment. Offers must state the standard warranty provisions for the vehicle and installed adaptive equipment and the local servicing agent (must be Minneapolis or St. Paul metropolitan area). The offer shall specify the year, make and model of offered vehicle, provide technical specifications to include standard equipment for vehicle make, model, and proposed adaptive equipment, and provide estimated number of days to deliver. (vii) Delivery FOB Destination to VA Medical Center, One Veterans Drive, Minneapolis, MN 55417 (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, VAAR 852.233-70 Protest Content; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1, Sub- Part 13.5 Test Items This procurement is being conducted under the Sub-Part 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13, or 15 of the FAR or some combination thereof. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offerors are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.211-70 Service Data Manual, VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6, 52.219-28, 52.222-3, 52..222-19, 52.222-21; 52.222-26; 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13; 52.232-34 (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) RESPONSES ARE DUE FRIDAY, September 11, 2009, by 3:30 p.m. central standard time (cst). Electronic offers will be accepted; submit quotation to Ken Eshom, Minneapolis Contracting and Purchasing Office, 708 South Third St, Ste 200E, Minneapolis, MN 55414, FAX 612-333-3667, or e-mail ken.eshom@va.gov (xvi) Point of contact for this solicitation is Ken Eshom, 612-344-2142 or e-mail ken.eshom@va.gov. All Inquires must be in writing,
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA-263-09-RQ-0322/listing.html)
 
Record
SN01942210-W 20090906/090905001706-d85768a2fe9f0cb78e0ac884c2430931 (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.