Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2010 FBO #2965
SOLICITATION NOTICE

23 -- Vans equipped with wheelchair lifts (4)

Notice Date
1/4/2010
 
Notice Type
Presolicitation
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Aleda E. Lutz VA Medical Center;Contract Office (90C);1500 Weiss Street;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-251-10-RQ-0060
 
Response Due
2/2/2010
 
Archive Date
4/3/2010
 
Point of Contact
Sonny Earls, Contract Specialistsonny.earls@va.gov
 
E-Mail Address
Contract Specialist
(carole.soule@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. Solicitation Number VA-251-10-RQ-0060 is being issued as Request for Quote (RFQ) and the intent is to award a firm fixed price contract for four (4) extended vans with side wheelchair lifts as described in the requirements below. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This requirement is available as a total set-aside for small service-disabled veteran-owned business concerns in accordance with IL-07-08.1 VA Notice of Total Veteran-Owned Small Business Set-Aside under the North Atlantic Industrial Classification System (NAICS) 423110; the business standard size is 100 employees. The Aleda E. Lutz (VAMC), 1500 Weiss Street, Saginaw, MI 48602, is seeking quotations for four (4) wheelchair accessible high top vans. Quotes offering additional features will be considered, provided the minimum requirements of the Government have been met. Quote shall contain a proposed delivery, installation, and in-service timeline.PRICING: Offeror shall provide pricing for extended vans with side wheelchair lift as described in requirements below. The total price offered shall include all charges (e.g., to include but not limited to installation, maintenance, and training). Requirements: The Aleda E. Lutz VAMC, 1500 Weiss St, Saginaw, Michigan 48602 is seeking to procure four (4) high top wheel chair vans. This procurement is for BEST VALUE. This procurement will be awarded to the proposal that best meets the Government s need. Contractor shall deliver vehicles to Warehouse, 1500 Weiss St., Saginaw Michigan 48602 within 6 weeks or 42 days upon award. All vehicles will be thoroughly cleaned and road ready upon delivery. All vehicles shall include mandated Department of Transportation safety requirements. (a) The Government will award a 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. The following are the minimum requirements: Local service availability within (30 miles). Floor plan as shown in figure 1. Ford E-350 XLT package extended van chassis with 16 inch raised roof. Ford 5.4 liter V-8 engine. 2 wheelchair positions + 7 ambulatory persons (including driver). Braun wheelchair lift, minimum 600 pound capacity, not smaller than 34"wide x 51" deep. 3 year/36,000 mile warranty on each vehicle. Specifications: One piece fiberglass roof with certified support cage. Minimum 4 dome lights Raised doors on lift Interior door grabbers Rear factory heat and air conditioning Two wheelchair tie down systems Two sets of Surelok 4 point auto tensioning retractable wheelchair tiedowns w/ S hooks and manual lap and shoulder belts Two ea. - One passenger folding forward facing ADA bus seats with 3 point lap/shoulder belts Two ea. - Two passenger folding forward facing ADA flip seat w/ 3 point lap/shoulder belts Passenger front door exterior heavy duty step, passenger side Driver side short exterior heavy duty step Back up warning system and reverse sensors Complete safety kit w/fire extinguisher, first aid kit, reflector kit Full size spare tire Large factory mirrors with convex Factory cruise, tilt, air conditioning, AM/FM stereo radio Auxillary battery Navigation System Heavy duty alternator Necessary platform floor with sound deadening material and heavy duty vinyl flooring Color choices in priority: White, Blue and Silver Traction control and stability control PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE. The Government will award a 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. The following factors shall be used to evaluate offers. (1) Technical capability. Any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Past performance: please include references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. Technical and past performances when combined are significantly less important than price. The provision at VARR 852-211-77, Brand Name or Equal applies. The items called for by this RFQ have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet fully the salient characteristics requirements listed in the RFQ. WARRANTY AND SERVICE: As indicated below, a 3year/36,000 mile warranty on each vehicle is a minimum requirement. Please include an estimated date of delivery. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Service-disabled veteran owned small businesses and veteran owned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is WWW.APTAC-US.ORG ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (CCR registration) the successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract, you may register easily and quickly on-line at http://www.ccr.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All questions must be submitted to Sonny Earls, Contract Specialist by e-mail only. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 2pm on February 2, 2010. Technical questions and Quotes must be sent by email to sonny.earls@va.gov, no later than January 15, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SaVAMC655/SaVAMC655/VA-251-10-RQ-0060/listing.html)
 
Record
SN02034208-W 20100106/100104235313-1c903b5b537cbbf0d464764839e9fbda (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.