Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 9, 2001 PSA #2763
SOLICITATIONS

23 -- PROPANE POWERED, OPEN AIR TRAM POWER CARS, NATIONAL PARK SERVICE, CAPE COD NATIONAL SEASHORE, 99 MARCONI SITE ROAD, WELLFLEET, MA 02667.

Notice Date
January 5, 2001
Contracting Office
National Park Service, Cape Cod National Seashore, 99 Marconi Site Road, Wellfleet, MA 02667
ZIP Code
02667
Solicitation Number
I1730010009
Response Due
February 6, 2001
Point of Contact
Colina Rivetts, Contracting Officer, Cape Cod National Seashore, 99 Marconi Site Road, Wellfleet, MA 02667. (508) 349-3785-225, FAX (508) 349-9052
E-Mail Address
Click here to contact the contracting officer via (colina_rivetts@nps.gov)
Description
1. 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; bids are being requested and a written solicitation will not be issued. 2. The solicitation number is I1730010009. The solicitation is issued as an invitation to bid (IFB). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-21, December 20, 2000. 4. This solicitation is subject to full and open competition and is open to firms of all sizes. 5. The NAICS code is 336120, Heavy Duty Truck Manufacturing. The small business size standard is 1000 employees. 6. Propane Powered, Open Air Tram Cars, Quantity of 2. 7. Required delivery date: June 22, 2001. 8. FOB Destination. Place of delivery: Cape Cod National Seashore, 204 Marconi Maintenance Road, South Wellfleet, MA 02663. 9. Description of requirements for the trams: This solicitation is for the acquisition of two propane powered, open air tram power cars for the Cape Cod National Seashore. The propane trams will need to be designed to meet the minimum requirements for their intended use, which is as follows. They will be used to transport visitors from intercepting parking lot to the beach with all belongings and return. They will be generally be used from the end of June through Labor Day weekend in September. The vehicle operation is required for approximately 8 hours or 50-60 miles per day. The route is an 1.8 mile loop over paved roads with a total average time of 15 minutes, consisting of 5.5 minutes of driving time and 9.5 minutes of loading and unloading of passengers. There are two stops per round trip. The vehicles will be stored at night and in the off season in a facility located six miles from the beach route. Storage facility is not heated. Traveling to the storage facility requires a minimum speed of 40 mph. The maximum grade on the beach route is 3% and total change in elevation is estimated at no more than 50 feet. The vehicle must however meet a minimum gradeability of 10% (unloaded power care only) for the trip to the storage facility. Specifications: 15-inch maximum floor height *Roomy Storage Bays so as to carry beach type of items; cooler, umbrellas, lawn and beach chairs, etc. *Vehicles must have a overhead roof with overhead lighting. *Public address system for the power car as well as hookup for the trailer public address system. *Curbside/passenger side accesses to all rows of seats. Curbside/passenger side needs to be open with no doors for easy entrance and exiting. *Roadside closure bars or panels so that exiting of the trams cannot be done on the roadside of the vehicle. *Non-skid flooring with no tripping or falling hazards. *Bench or row type seating to seat a minimum of 16 adult passengers. *Propane engine model. *1 year/12,000 mile full warranty. *Warranty: 3 year/36,000 mile subsystem warranty which at a minimum will include the engine and drivetrain. *Width maximum 96 inches. *Maximum height overall 100 inches. *Minimum turning radius 30 feet. *Gradeability 9% at GVWR. *Minimum Cruise Speed: Minimum forward speed 40 mph, unloaded power car only; minimum forward speed of 20 mph with loaded power car and trailer. *The vehicles must meet all FMVSS (Federal Motor Vehicle Safety Standards) requirements for passenger-carrying vehicles of this nature. These requirements are the federal transportation safety requirements for all motor vehicles, including passenger-carrying buses, so as to meet all safety and performance of vehicles driving on federal and state highways. *Propane power cars must be able to hookup and pull at least one of the National Park Service's (NPS) existing 30 passenger tram trailer manufactured by Advance Vehicle System (AVS) of Chattanooga, Tennessee. The NPS tram trailers are approximately 25 feet long with a 150 inches wheelbase, with a hydraulic over-run brake master cylinder, disc brakes on front and rear axles; a surge brake actuator on the trailer hitch applies the trailer brakes; the floor height is 15-inchs; and the trailer hitch ball size is 2-5/16 inch. *The contractor shall ensure that electrical connections between the power car and the trailer are compatible. This may be accomplished by modifying the design of the new power car connection or by modifying the NPS owned trailer connections. *Power cars do not have to meet ADA requirements, but can meet ADA as long as they can still haul 16 adult passengers. *Color: The National Park Service will select one standard color after award. 7. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. 8. A single award will be made to the low bidder that demonstrates responsiveness and responsibility. 9. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. 10. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. 11. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in this clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I, 52.219-8, Utilization of Small Business Concerns, 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52-222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-1, Buy American Act-Balance of Payments Program, 52.225-5, Trade Agreements, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. 12. Clause 52.211-11, Liquidated Damages is applicable to this acquisition. If the Contractor fails to deliver the supplies by the delivery date, the Contractor shall pay to the Government liquidated damages of $640.00 per calendar day of delay. 13. The full text of all clauses and provisions are available electronically in the Federal Acquisition Regulations at http://www.arnet.gov/far. 14. Offers are due Tuesday, February 6, 2001, at 2:00 p.m. Eastern Standard Time, to the POC listed above. 15. Bid packages must include bid for a quantity of two (2) Propane Powered, Open Air Tram Power cars, completed copy of provision 52.212-3 (from #9 above), and product information on product being offered. Fax bids will not be accepted.
Web Link
Click here to download the Federal Acquisition Requlation (http://www.arnet.gov/far)
Record
Loren Data Corp. 20010109/23SOL001.HTM (W-005 SN50A2P8)

23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index  |  Issue Index |
Created on January 5, 2001 by Loren Data Corp. -- info@ld.com