Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23, 2001 PSA #2772
SOLICITATIONS

23 -- TRAILERS FOR BUSES, GRAND CANYON NATIONAL PARK, ARIZONA

Notice Date
January 19, 2001
Contracting Office
National Park Service, Intermountain Support Office -- Denver, 12795 W. Alameda Parkway P. O. Box 25287, Denver, CO 80225, Attn: IMDE-CM
ZIP Code
00000
Solicitation Number
RP 1248-01-0006
Response Due
March 1, 2001
Point of Contact
Jim Clark, Contracting Officer, 303 969-2755
Description
This is a COMBINED SYNOPSIS SOLICITATION for commercial items prepared in accordance with information in FAR subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation. PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number is RP 1248-01-0006 and is issued as a Request for Proposal (RFP). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 97-20. The North American Industry Classification System (NAICS) code is 336999 (All Other Transportation Equipment Manufacturing) with a small business size standard of 500 employees. This procurement is unrestricted and is being advertised as full and open competition. The contractor shall provide 7 (seven)-passenger trailers to replace those currently in use in the Visitor Transportation System at the South Rim of Grand Canyon National Park, Arizona. The passenger trailers must generally match the specifications of the existing trailer fleet: (1) Minibus Model MBST 4068, (2) 25 feet long, (3) 18,000 GVWR, (4) 29 foot turning radius, (5) 30/22 seated/standing capacity, (6) all four wheels steer, (7) double door in middle, (8) large sliding windows, (9) forward facing seating, (10) connections and speakers for public address system, (11) tire size: 8R19.5, (12) wheel size: 19.5 x 6.00 DC 5 hole, (13) GAWR front axle: 7,900, (14) GAWR rear axle: 7,900, (15) lunette eye: Premier # 4, (16) no heating (but a heating system for new trailers is required), (17) electrical connections: public address system, doors, interior & exterior lights, brake & tail lights, and chimes, (18) brake system: air over hydraulic. The trailers will be towed behind 1984 Chance transit buses, model AMTV RT-50, renovated in 1998-1999 with Cummins B5.9-195G, 195 hp LNG engines and new transmissions and suspensions. Current transit bus specifications: (1) tire size: 9R22.5, (2) wheel size: 22.5 x 8.25 wheels 10 hole, (3) rear axle: RS191 Rockwell rated @ 19,000 lbs., (4) transmission: Allison MT 643 RM with oil cooler, (5) height of hitch from ground to approximate center of hitch on power unit is 21.5", (6) hitch: Premier 270, (7) turning radius: wheel right & left: 26'6", body corner right & left: 28'6", (8) accommodations to connect two air lines & four electrical lines to trailer. Exterior paint and striping to match 26-foot power units; interior colors and seating to match current 40-foot transit bus fleet. A low floor with simple wheelchair-loading capabilities is strongly preferred but not required. CLAUSES/PROVISIONS: FAR Clause 52.212-1 "Instructions to Offerors-Commercial Items", is hereby included by reference. The following are addenda to FAR Clause 52.212-1, paragraph (b). Proposals should include: ( 1) Specifications, including at least: length overall, width overall, height, wheel base, aisle floor height, door step height, road clearance, axle clearance, interior headroom, aisle width, wall to wall and curb to curb turning radius, curb weight, GVWR, GVR, payload, seated and standing capacity, interior noise level at 35mph, passenger evacuation provisions, suspension system, crashworthiness, body materials, towing and jacking provisions, door opening width, window size and number, door control system, access to systems and components for periodic maintenance, heating system, (2) Color photographs of exterior and interior (4" x 6" or larger) of similar units currently in operations, (3) Availability for delivery, (4) warranty and system support, (5) repair and parts availability, (6) price per trailer, including delivery to Grand Canyon National Park, (7) company experience with similar passenger trailer manufacturing with three references. FAR Clause 52.212-2 "Evaluation-Commercial Items" applies to this solicitation and the following evaluation criteria (arranged in their order of importance) shall be used to evaluate offers: (1) Overall trailer design, including similarity to current trailers, (2) Cost, (3) Past performance, and (4) Availability for delivery. FAR Clause 52.212-3 "Offeror Representations and Certifications-Commercial Items" is hereby included by reference: FAR Clause 52.212-4 "Contract Terms and Conditions-Commercial Items" is hereby included by reference. The following are addenda to FAR Clause 52.212-4, paragraph (a) Trailers will first be tested and inspected at manufacturer's facility, and deficiencies shall be corrected prior to delivery. Final inspection and acceptance will be at Grand Canyon NP. FAR Clause 52.212-5 ", paragraphs (a), (d), and (e), are hereby included by reference. For full text of FAR Clauses contact www.arnet.gov/far/current/html. Proposals shall be sent to Jim Clark, Contracting Officer, National Park Service, Denver Support Office -- CM, 12795 West Alameda Parkway, Lakewood, CO 80228, or hand delivered to room 154, to arrive by 2:00 PM (Denver time) on March 1, 2001. For questions contact Jim Clark, Contracting Officer, at 303 969-2755.
Record
Loren Data Corp. 20010123/23SOL003.HTM (W-019 SN50B3M6)

23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index  |  Issue Index |
Created on January 19, 2001 by Loren Data Corp. -- info@ld.com