Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2009 FBO #2923
DOCUMENT

23 -- RECOVERY - Diesel Electric Hybrid Buses - Solicitation 1

Notice Date
11/23/2009
 
Notice Type
Solicitation 1
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
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-MK-010000-N
 
Response Due
12/21/2009 2:00:00 PM
 
Archive Date
3/2/2010
 
Point of Contact
Kalika Boulware, Phone: 703-605-2784, Anissa Burley, Phone: (703) 605-9458
 
E-Mail Address
kalika.boulware@gsa.gov, anissa.burley@gsa.gov
(kalika.boulware@gsa.gov, anissa.burley@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment D1 - Delivery Location Attachment C - Exceptions Spreadsheet Attachment B - Proposal Checklist Attachment A - Subcontracting Plan To view the Solicitation's applicable clauses, instructions and specifications, click on this link RECOVERY - GSA Automotive will be issuing a competitive Solicitation for two (2), Heavy Duty, 40 Foot long, 37 Passenger, Low Floor Diesel-Electric Hybrid Buses for Yosemite National Park with the goals to maximize passenger appeal in appearance, comfort, and safety combined with excellence in reliability, operating characteristics, and economy of operation. The buses shall be low floor design, be a maximum of 102 inches wide, low emissions, have a left-hand operator location, and be fully ADA compliant. The buses shall be designed and manufactured for reliable operation in shuttle service within the Park, and be capable of operating on an ASTM B20 certified blend of biodiesel. The buses shall comply with all applicable federal, state and local regulations. These shall include, but not be limited to, the Federal Americans with Disabilities Act (ADA), Federal Motor Vehicle Safety Standards and Regulations 49CFR 571 (FMVSS), 49CFR 393 (FMCSR), National Fire Protection Association (NFPA), United States Environmental Protection Agency (USEPA) regulations, as well as state and local accessibility, safety and security requirements. In addition, the buses shall have a minimum expected life of 12 years/500,000 miles and be intended for the widest possible spectrum of passengers, including children, adults, the elderly, and persons with disabilities. The buses shall meet other design goals, including reduced vehicle exhaust emissions, improved vehicle fuel economy, long cycle life, low life-cycle cost, safety, maintainability, durability, and robust diagnostics. Offerors shall certify to the Government that the vehicle platform complies with 49 CFR, Bus Testing Rule. The offeror shall test the bus platform proposed at the Altoona (PA) Testing Facility and provide copies of all testing results, forms, and documentation as part of the proposal offer. The bus vehicle platform proposed shall be tested in accordance with the Altoona testing category requirements for heavy-duty large buses (minimum service life of 12 years or 500,000 miles). If the bus platform proposed by the offeror has already been tested successfully at the Altoona Testing Facility, the offeror shall provide verification of the successful testing with the offer. Total Time for Delivery is 270 days after receipt of order (ARO), with First Production Delivery at 250 days after receipt of order (ARO). The contract type will be a Requirements Contract. The Period of Performance shall be for one (1) Base Year with two (1) Year Options. This procurement is not a Set-Aside for Small Business concerns. However, all qualified Small Business concerns are encouraged to submit offers. The NAICS code for this procurement is 336211 and the size standard to be considered a Small Business is 1000 employees or less. Perspective offerors shall be registered in the Central Contracting Registration System (CCR) at www.ccr.gov. Offerors must also complete Representations and Certifications Application (ORCA). Large businesses will be required to submit a Small Business Subcontracting Plan. Offers must be in English and U.S. Dollars. This requirement will be solicited in accordance with FAR Part 12 – Acquisition of Commercial Items and Source Selection procedures found in FAR Part 15 – Contracting by Negotiation. Anticipated Evaluation Factors are: Technical Capability, Management Capability, Past Performance, and Price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e1e0347b080492abcccf28b20c92943b)
 
Document(s)
Solicitation 1
 
File Name: To view this requirement, click on this link. (https://www.fbo.gov/index?tab=review&id=e1e0347b080492abcccf28b20c92943b&)
Link: https://www.fbo.gov/index?tab=review&id=e1e0347b080492abcccf28b20c92943b&

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 2200 Crystal Drive, Crystal Plaza 4, Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN02009143-W 20091125/091123234852-e1e0347b080492abcccf28b20c92943b (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.