SOLICITATION NOTICE
23 -- Ambulance Purchase
- Notice Date
- 8/21/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- P.O. Box 5400 Albuquerque, NM 87185-5400
- ZIP Code
- 87185-5400
- Solicitation Number
- DE-RQ04-02AL67707
- Response Due
- 9/5/2002
- Point of Contact
- William Mccullough, Contracting Officer, 505-845-6467, wmccullough@doeal.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Responses shall reference "Request for Quote? No. DE-RQ04-02AL67707." This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. This acquisition is being considered for 100 percent small business set-aside. Offerors responding should indicate whether or not they are a small business, small woman-owned business, small disadvantaged business, or 8(a) business. The North American Industry Classification System (NAICS) Code is 441229 with a corresponding qualifying size standard of $5.0M (indicates maximum allowed for a concern, including its affiliates, to be considered small). The DOE/AL intends to purchase following Line Items: Item 1: Ambulance (1 each) *All quotes must include/itemize delivery cost, license fees, title fees, and sales tax, and type of payment accepted. Specifications: 1) 1996 or newer Ford E-350 type II or F-350 type I ambulance chassis 2) 7.3 liter diesel engine and automatic transmission 3) Odometer must be accurate and read less than 20,000 miles per year for the age of the vehicle. Maximum acceptable mileage is 100,000 4) A/C 5) Four wheel drive with automatic locking hubs 6) Extended front bumper with minimum 9000 lb. winch 7) Fully functional onboard medical Oxygen system 8) Fully functional onboard medical suction system 9) Vehicle must meet all federal KKK Standards 10) Emergency lighting and audible warning systems to meet the minimum NFPA requirements 11) Fluorescent lighting in patient compartment (optional feature) 12) Owner will supply all vehicle maintenance records or copies of at time of inspection and purchase 13) Vehicle will be subjected to and must pass road test and inspections prior to purchase 14) Vehicle must have cot mounts and cot to be sold with the vehicle 15) Internal cabinetry consistent with ALS needs and must have at least one locking cabinet for controlled medication storage 16) Outside cabinetry access 17) Shore Line ? vehicle plug to charge equipment 18) 12 Volt AC inverter 19) High Idle when vehicle is in park 20) Vehicle must have a white paint scheme 21) Must be delivered to the U.S. Department of Energy, Fort Chaffee Training Center in Barling, Arkansas The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Only those Offerors who can furnish the items that meets all the requirements specified herein will be considered. Award will be made based on the lowest evaluated price. All Offerors will need to include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification -- Commercial Items with the offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the Contracting Officer has indicated that the following clauses are incorporated by reference: 52.219-8, Utilization of Small Business Concerns FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1, Buy American Act; FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/. The following local clause applies to this acquisition: H-150 LOBBYING RESTRICTION (ENERGY & WATER DEVELOPMENT APPROPRIATIONS ACT, 2001) (JUL 2001). The contractor or awardee agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. (End of Clause) Quotes must be received via the Industry Interactive Procurement System (IIPS) web site at http://e-center.doe.gov. Submission of quotes by means other than IIPS is not authorized. It is the offeror?s responsibility to monitor the IIPS site for the release of amendments (if any). For further assistance and instruction for the use of IIPS, the on-line help document is available at http://e-center.doe.gov/doebiz.nsf/help Responses/offers are due no later than 3:30 p.m. local Albuquerque time by September 5, 2002 Interested parties should indicate interest to the Contracting Office as early as possible, but no later than 15 days of this notice. It is the responsibility of the contractor, prior to the quote due date and time, to verify successful transmission in accordance with the Proposal Submission instructions in the "IIPS Users Guide for Contractors." If you have any questions, please contact Monica Medrano at mmedrano@doeal.gov
- Web Link
-
Click here for further details regarding this notice.
(http://e-center.doe.gov/iips/busopor.nsf/Solicitation+By+Number/280B6F78C43EF24A85256C1C0060717F?OpenDocument)
- Record
- SN00146558-W 20020823/020821213255 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |