Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
SOLICITATION NOTICE

23 -- Motorcycles

Notice Date
4/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
 
ZIP Code
20242
 
Solicitation Number
Q3972100155
 
Response Due
5/28/2010
 
Archive Date
4/28/2011
 
Point of Contact
Keith Boockholdt Contracting Officer 2026196394 Keith_Boockholdt@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
HUBZone
 
Description
Combined Synopsis/Solicitation This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6, 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. Solicitation No. Q3972100155 is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. The North American Industry Classification System (NAICS) is 441221; with a small business size standard of $7 million. of annual gross revenues of the total concern for the last 3 years. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-40. This procurement is a commercial item. The estimated magnitude of this procurement is between $100,000.00 to $120,000.00 In accordance with Federal Acquisition Regulation Chapter 19.1305, the Government shall set-aside all procurements with a dollar threshold over $100,000 to be set-aside for HUBZone, small business concerns. This procurement is 100-percent set-aside for HUBZone, small business concerns. To confirm if your firm is in a HUBZone area, search the web at https://eweb1.sba.gov/hubzone/internet. Look for the link "Are you in HUBZone". Then look for the entry of "To Determine if an Address is Located in a HUBZone". Type your address. If your company is located in a HUBZone area, you must certify your company with the Small Business Administration. Your company's name must be included on the Small Business Administration's listing to be considered as a HUBZone small business for your quote to be evaluated under the small business HUBZone set-aside.However, if this office does not receive any acceptable quotes from qualified HUBZone, small business concerns, the set-aside will roll over to a 100-percent set-aside for small business concerns. A small business concern is defined as a concern (including all of its subsidiaries) having less than or equal to $7 million of annual gross revenues of the total concern for the last 3 years. If your company's has less than or equal to $7 million of annual gross revenues of the total concern for the last 3 years, your company is considered small business under this procurement. Both HUBZone, small business concerns and Small businesses are encouraged to offer a quote.The work of this project shall consist of providing all labor, supplies, materials and equipment for the furnishing and delivering of motorcycles, to two delivery locations, 4 each motorcycles to U.S. Park Police, 6th & Penn Street, N.E. (rear of 515 New York Avenue, N.E.), Washington D.C. 20002 and 2 each motorcycles to U.S. Park Police, 1217 Ralston Avenue, San Francisco, CA 94129. Contractor shall provide the latest production model, completely assembled and ready for operation with all standard equipment and with a 24-month extended warranty. Delivery is 30 days after receipt of purchase award. Motorcycles shall be in accordance with the following equipment list:NOTE: Motorcycles must be certified for sidecar usage by manufacturer. MOTORCYCLES (Quantity: 6)1. Displacement: minimum of 1690 cc.2. Engine: air cooled with heat management system3. Color: birch white with black saddle bags Chrome engine package4. Transmission: standard, minimum 6 speed5. Driveline: belt driven6. Suspension: heavy duty7. Exhaust system standard8. Floor boards and T bar shifter controls9. Brake pedal: foot operated, approx. 2"x4" with rubber pad10. Windshield with fairing, minimum 3/16" thickness, silhouette or equal11. Speedometer: Police certified12. Siren: electric (for motorcycle use). Disconnect motorcycle horn, connect to air horn.13. Sidecar mounting brackets and wiring harness, installed by dealer. Sidecar connection kit and brake lines.14. Seat: heavy duty traditional solo saddle, air suspension, fully adjustable dampening and springing or equal, minimum 17" wide and 17" long.15. Color: Police (birth white)16. Saddlebags with mounting brackets and saddlebag guards, color BLACK17.Turn Signals: front and rear with 4-way flashers, rear turn signals have auxiliary brake light function, red lenses.18.Mirrors: left and right rear view with chrome extensions.19.Cigarette lighter (for radar use)20.Electrical system: Shall be nominal 12 - volt a. Battery, sealed, heavy duty maintenance-free, 12 molt minimum rated capacity - 28 ampere hours (battery council international rating), 270 cold cranking amps.b. Ignition. Non-waste spark, alpha control.c. Connectors. Industrial grade throughout provided with electrical accessory connection.d. Hand controls. Water-resistant, integrated switchese. Starting system. 12-volt starter, solenoid operated engagement, relay required.f. Horn. Sound level audible above motorcycle and traffic generated noiseg. Quarts halogen headlight, 55 watt low beam and 60 watt high beamh. Pursuit lamps front mounted PAR-3, one red and one blue (incandescent)i. Tail lightj. Turn signal, self - canceling systemsk. Flashers, four-way, integrated into turn signal switchesl. License plate lighting, two blue indicator lamps.21 Emergency LED lighting system: Emergency lighting box.22. Safety bars front and rear, loop type, minimum 1-1/4" diameter.23. Tires: Tubeless type tires to have non-skid tread, designed to operate on paved highways and shall have a full, four-ply fabric reinforcement. Manufacturer, Dunlop: front and rear MT90B16 blackwall D402PT tires. Bead retention tires designed to remain on wheel during sudden loss of air pressure24. Indicator light for emergency equipment use, mounted on left side of instrument panel.25. Flaring air deflectors (clear)26. Front axle nut covers (chrome)27. Chrome windshield strip.28. Radio transmit switch (mounted left-hand switch control head29. Microphone hanger bracket (left side handlebar).30. Reserve right to use police motorcycles as trade-in at fair market value. There are four line items as follows: A. Motorcycles 6each Unit Price $______ Total Price for all 6 $___________B. Shipping Costs for 4 Motorcycles to Washington, D. C. Lump Sum $________________________C. Shipping Costs for 2 Motorcycles to San Francisco, CA Lump Sum $________________________D. Total of Quote: $__________________________________ No substitution of materials and/or design shall be made without the prior approval of the Contracting Officer; i. The government shall have up to seven (7) days to perform a final inspection upon delivery of the items to the site. The contractor agrees any item shall be returned at the contractor's expense if not meeting the specifications and the purchase agreement terminated; ii. The contractor shall warrant all parts and labor for a period of two (2) years from the date of acceptance. The contractor shall replace without cost to the government any part of the item that fails due to manufacturing or material defects during the warranty period. All costs of transportation of any item for said repairs will be at the contractor's expense. F.O.B. Point: Destination or another location as agreed upon by the Contracting Officer. Delivery Required: Please state delivery time on quote, inspection and acceptance will be at destination. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.222-50 Combating Trafficking in Persons, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, FAR 52.219-3 Notice of Total HUBZone Set-Aside, FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, FAR 52.219-14, Limitations on Subcontracting, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning, FAR 52.222-54, Employment Eligibility Verification, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. For full text of FAR Clauses, the web site address is www.arnet.gov. The Government will award to the responsible offeror based on the following: 1. Price, 2. Past performance. The Government reserves the right to award to the offeror providing the best value to the Government. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. All offers must include with their quotation a completed copy of the Federal Acquisition Regulation provision 52.212-3, Offeror Representations and Certifications-Commercial Items. All offers must place a price for all line items to be considered responsive. Vendors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items showing unit price, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 11:00 am EST May 28, 2010 and can be sent to NATIONAL PARK SERVICE, ATTN: Keith Boockholdt, ACQUISITION MANAGEMENT DIVISION, 1100 OHIO DRIVE, SW, WASHINGTON, D.C. 20242. Quotes may be faxed to (202) 485-9720 CALL FOR CONFIRMATIONAll responsible sources may submit a quote which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q3972100155/listing.html)
 
Place of Performance
Address: Washington, D.C. and San Francisco, CA
Zip Code: 202420001
 
Record
SN02135226-W 20100430/100428235630-b431fe0d46f4f42b218046dc848026ef (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.