Point Of Contact Not Available
SCHEDULE OF SUPPLIES AND SERVICES
This procurement action is issued by the VA Network 22 Logistics Office, 5901 East Seventh Street, Long Beach, CA 90822, to obtain a Passenger Shuttle Bus with ADA capabilities for the Department of Veterans Affairs (VA) Greater Los Angeles Healthcare System, 11301 Wilshire Boulevard, Los Angeles, CA 90073. The Government intends to award a firm, fixed price contract for this service. Line item price shall include all equipment, parts, labor, delivery, and materials related to this contract. The North American Industry Classification System Code (NAICS) is 441229 and the size standard is $7.0.
Item #
Description
Qty.
Unit Price
Total
1 Passenger Shuttle Bus with ramp, Low Floor Model, 28 flip seats, 3 WC, Equipped and Furnished per specifications.
1
$
$
This is a combined synopsis/solicitation for the procurement of a Passenger Shuttle Bus 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; proposals are being requested and a written solicitation will NOT be issued. Provisions and clauses are incorporated through Federal Acquisition Circular 05-36. This procurement is utilized as a Small Business Set-Aside. The solicitation number for this Request for Quotation is VA-262-09-RQ-0583. The North American Industry Classification System Code (NAICS) is 441229 and the size standard is $7.0.
DESCRIPTION OF SUPPLIES/SERVICES: The VA Greater Los Angeles Healthcare System has a requirement for the following buses:
1. An Eldorado National Passport (two-door model) or equal, Low Floor Model, 28 passenger seats, or 19 passenger seats with at least 3 wheelchairs stations and a wheelchair ramp.
Salient characteristics of vehicle components are as follows:
1.An Eldorado National Passport (Two Door Model) with 28 passenger seats, Low Floor Model with at least 3 wheelchairs stations and a wheelchair ramp.
YEAR: 2008 or later model
MILEAGE: NO MORE THAN 3,000 MILES
MODEL/FLOORPLAN
PASSPORT 34' FRONT & REAR DOOR BODY
CHASSIS
CHEVROLET 5500 246" W.B. CHASSIS / VORTEC 8.1L GASOLINE ENGINE
MECHANICAL
ENGINE BLOCK HEATER
TRANSMISSION ALLISON 2200 PTS
BRAKES - HYDRAULIC ABS
REAR SUSPENSION MOR-RYDE
STEERING COLUMN TILT & TELESCOPIC
WHEEL INSERTS STAINLESS STEEL
WHEELS OEM STEEL
RADIAL TIRES 245/70R19.5H
FRONT BUMPER OEM CHROME
REAR BUMPER HELP TYPE
MUD FLAP FRONT (1) PAIR
MUD FLAP REAR (1) PAIR
TOW HOOKS ASSEMBLY OEM FRONT
ELECTRICAL
BATTERY OEM DUAL DELCO 700 CCA
CRUISE CONTROL OEM
FLUORESCENT INTERIOR LIGHTING
HIGH IDLE ASSEMBLY
ALTERNATORS OEM DUAL 150 AMP
ALARM BACK UP WARNING
DEST. SIGN SYS. TWIN VISION LED FRT & SIDE (SMALL SIGNS)
METER HOUR
L.E.D. - EXTERIOR LIGHTS
LIGHT ARMORED CLEARANCE
LIGHT COLLISION AVOIDANCE MTG CTR BELOW REAR WIN
LIGHT DOOR STEPWELL - HAMSAR LED
PA SYSTEM INTERNAL GOOSENECK MIC W/4 SPEAKERS (MINI)
RADIO 2 - WAY ANTENNA CONDUIT PREWIRE
BODY
FLOOR COVERING RIB AISLE SMOOTH U/SEATS (RUBBER SOLUTIONS - GREY)
PLYWOOD 3/4"
UNDERCOATED AND SEALED BODY
ZIEBART - INSIDE ROLL CAGE TUBES
DRIVER BARRIER TOP & BOTTOM SECTIONS
MODESTY PANELS & GRAB RAILS AT ENTRY DOOR
CEILING GRABRAILS ASSY
STANCHIONS VERTICAL 1 -1/4 SS (2 STD)
VENT ROOF EMERGENCY EXIT 4/WAY ADJ (TRANSPEC)
PASSENGER WINDOWS FIXED (NO T- SLIDERS)
WINDSHIELD WIPER KIT OEM (INTERMITTENT)
MIRROR 12" CONVEX REAR STEPWELL
MIRROR MOTORIZED AND HEATED OEM
MIRROR REAR VIEW INTERIOR
DOOR OPERATOR ELECTRIC - A & M
SENSITIVE PASSENGER DOOR EDGES
DELUXE PLATINUM INTERIOR
HEATING, VENTILATION, AIR CONTITIONING
A/C SYSTEM THERMO KING SHUTTLE AIRE S40 II w/TM3
A/C SYSTEM - R134A
AIR/COND/HEATER/DEF FRONT ASSEMBLY OEM
HEATER MIDSHIP & REAR (2) 35,000 BTU
SAFETY & ANCILLARY EQUIPMENT
FIRST AID KIT (16)/FIRE EXT/TRI - REFLECTORS
PASSENGER SIGNAL SYSTEM PULL CORD W/DASH LIGHT
SIGN ASSEMBLY "STOP REQUESTED"
BRAUN TRANSIT RAMP
BELT STORAGE BOX
TIE-DOWN SYSTEM Q-STRAINT QRT 8100-A1 DELUXE
SEATING
FSC FEATHERWEIGHT MID/BACK 5 - PLACE REAR SEAT
FSC FEATHERWEIGHT MID/BACK DOUBLE SEAT 7
FSC FEATHERWEIGHT MID/BACK TRIPLE FLIP SEAT 3
FSC MID/BACK FOLDAWAY DOUBLE W/NOTCH BACK 4
FREEDMAN LEVEL 1 GRAY VINYL 28
SEATING ADJUSTABLE TRACK 1
DRIVER SEAT (GM OEM CAB-FACTORY) RIDGID HIGH BACK
4. WARRANTY:
Contractor shall provide a warranty for two (2) years or 24,000 miles for the engine, transmission and drive train. All other components of the vehicle are to be under warranty for 12 months, unlimited mileage.
5. DELIVERY:
Delivery of the buses shall be coordinated with the Contracting Officer's Technical Representative and shall be delivered to 11301 Wilshire Blvd. Los Angeles, CA 90073. Delivery of the buses shall take place within 30 days after order receipt. Inspection and acceptance of the vehicle shall occur at the time of delivery.
PROVISIONS/CLAUSES: Offeror shall submit a complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (AUG 2009). The full text of clauses identified herein may be accessed electronically at these addresses: http://www.arnet.gov/far and http://www.va.gov/oa&mm/vaar. The following Federal Acquisition Regulation (FAR) Clauses and Provisions also apply to the acquisition: 52.211-6 Brand Name or Equal (AUG 1999), 52.212-1, Instruction to Offerors - Commercial Items (JUNE 2008); 52.212-4, Contract Terms and Conditions - Commercial Items (MAR 2009); 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders - Commercial Items (SEP 2009). In paragraph (b) of 52.212-5 the following apply: 52.222-3 Convict Labor (AUG 2009), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009), 52.222-26 Equal Opportunity (MARCH 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 52.225-1Buy American Act-Supplies (FEB 2009), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). 52.217-8 Option to Extend Services (NOV 1999), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232-18 Availability of Funds (APR 1984) and 52.236-7 Permits and Responsibilities (NOV 1991). (In addition, the following VA Acquisition Regulations (VAAR) clauses and provisions are incorporated herein by reference: 852.233-70 Protest content (JAN 2008), 852.233-71 Alternate Protest Procedure. (JAN 1998); 852.237-70 Contractor responsibilities. (APR 1984); 852.270-1 Representative of the Contracting Officer (JAN 2008), and 852.203-70 Commercial advertising (JAN 2008). The solicitation shall be submitted, along with descriptive literature to Chelsea Black, Contracting Officer by email only at
[email protected].
CONTENT OF OFFERS:
Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Clause 52.212-1, Instructions to Offeror-Commercial Items. As stated in this clause, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary.
Contractor shall submit the following items in its proposal(s):
1. Schedule of Prices: itemized list of vehicles and associated unit prices.
2. References: name and phone numbers of three (3) customers who have purchased, leased, or rented or purchased equivalent vehicles.
3. Brochures on actual vehicle proposed (For equivalent vehicles, must include component specifications).
4. Complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (AUG 2009).
5. Company's DUNS number.
6. Number of company employees.
DEADLINE: Offers are due on September 29, 2009, 2:00 p.m., Pacific Standard Time. Submit offers or any questions to the attention of Chelsea Black, Telephone (562) 826-5857 or email
[email protected].
Bid Protests Not Available