Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2008 FBO #2567
SOLICITATION NOTICE

23 -- Motorcycles with Side Cars. Delivery must be made on or before January 15, 2009.

Notice Date
12/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - LYJO - Lyndon B. Johnson National Historical Park 100 Ladybird Ln. P.O. Box 329 Johnson City, Tx 78636
 
ZIP Code
78636
 
Solicitation Number
Q7350090010
 
Response Due
12/19/2008
 
Archive Date
12/4/2009
 
Point of Contact
Marsha L. Wagner Contract Specialist 8308687128223 marsha_wagner@nps.gov;<br />
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in the Federal Acquisition Regulation subpart 12.6, as supplemented with additional information included in this notice. This announcement constitues the only solicitation; quotes are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation No. Q7350090010 is issued as a Request for Quote (RFQ) and will be awared as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. The North American Industry Classification System (NAICS) is 336991; the size standard is less than 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-25. This procurement is a commercial item. In accordance with Federal Acquisition Regulation Chapter 19.1305, the Government shall set-aside all procurements with the dollar threshold over $100,000 to be 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 link 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 500 employees or less. If your company's has 500 employees or less, 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 and sidecars, to U.S. Park Police, SFB Attn Fear, 1100 Ohio Drive SW, Washington, D.C. 20024. 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 must be made on or before January 15, 2009. Motorcycles and sidecars shall be in accordance with the following equipment list:NOTE: Motorcycles must be certified for sidecar usage by manufacturer. MOTORCYCLES (Quantity: 4)1. Displacement: minimum of 1690cc.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 motorcyle 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, miminum 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 rader use)20. Electrical system: Shall be nominal 12-volt a. Battery, sealed, heavy duty maintenance-free, 12 molt minimum rated capacity- 28 ampere house (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 swithches e. Starting system, 12-volt starter, solenoid operated engagement, relay required. f. Horn. Sound level audible above motorcycle and traffic generated noise g. Quarts halogen headlight, 55 watt low beam and 60 watt high beam h. Pursuit lamps front mounted PAR-3, one red and one blue (incandescent) i. Tail light j. Turn signal, self-canceling systems k. Flashers, four -way, integrated into turn signals switches l. License plate lighting, two blue indicator lamps.21. Emergency LED lighting system: Harley Davidson 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 head)29. Microphone hanger bracket (left side handlebar).30. Reserve right to use police motorcyles as trade-in at fair market value. SIDECAR SPECIFICATIONS (Quantity: 4) 1. Lightweight fiberglass with internal footrest.2. Matching lower fender trim skirt3. Suspension: single leaf-spring mounted body4. Mounting system: quick disconnect of mechanical and electrical systems for ease of installation and removal. Connection kit includes hardware to retain passenger footboard adjustability.5. Lighting: directional signal, taillight, fender tip lamp6. Wheel: cast rim, lace wheel with Dunlop Elite II Touring police blackwall7. Braking: hydraulic drum brake on third wheel8. Storage: fully carpeted and lockable area behind seat9. Windshield: lexan windshield contoured for wind protection10. Cover: snap down tonneau type: vinyl/cotton-black in color11. Paint: powder coated painted frame and componets, Police WHITE birch12. Seat: forward foldling seat for storage access, padded vinyl seat and cushioned side rails There are two line items as follows: A. Motorcyles w/sidecars: 4 each Unit Price $_____________(Shipping cost included, delivery to Washington, DC location) B. Total Price for all 4 $_______________ (Shipping cost included, delivery to Washington, DC location) No substitution of materials and/or design shall be made without the prior approval of the Contracting Officer. 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 specificaitons and the purchase agreement terminted. 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 the contractor's expense. F.O.B. Point: Destination or another location as agreed upon by the Contracting Officer. Deilvery Required: Please state delivery time on quote, must be on or before January 15, 2009, inspection and acceptance will be at destination. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.211-06 Brand Name or Equal, FAR 52-212-01 Instructions to Offerors-- Commercial Items, FAR 52.212.-03 Offeror Representations and Certifications-Commerical Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commerical Items, FAR 52.219-3 Notice of Total HUBZone Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.219-28 Post- Award Small Business Program Rerepresentation, 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 Ear, and other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50 Combating Trafficking in Persons, FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contrctor Registration. The following are addenda to FAR Clause 52.212.1, paragraph (b) submission of Offerors shall also inlcude (1) specifications literature for items being offered (2) Three References and Contact Names and Telephone Numbers for three similar, recent past performance requirements. For full text of FAR Clauses, the web site address is www.arnet.gov. EVALUATION OF COMMERICAL ITEMS: The Government will award to the responsible offeror based on the following: 1. Price, 2. Specification of model being offered, and 3. Past Performance. The Government reserve the right to award to the offeror providing the best value to the Govenment. Award may not necessarily be made to the offeror submitting the lowest price. The Government will awad a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Goverment. 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 and a copy of the manufacturer's specification sheet and any other literature directly related to the motorcycle and sidecar offered. All offers must also include the unit prices A and B. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. 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, delivery date, payment terms, correct remittance address; and completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 2:00 pm CST on December 19, 2008 and can be sent to NATIONAL PARK SERVICE, LYNDON B. JOHNSON NATIONAL HISTORICAL PARK, ATTN: MARSHA WAGNER, 100 Ladybird Ln. or P.O. Box 329, Johnson City, Texas 78636. Quotes may be faxed to 830-868-7863. CALL FOR CONFIRMATION OF RECEIPT OF FAX ON 830-868-7128 EXT. 223. All responsible sources may submit a quote which will be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1676c20cb5b585aa84c67f0cb97c4ce7&tab=core&_cview=1)
 
Place of Performance
Address: United States Park Police, Washington, D.C.<br />
Zip Code: 20024<br />
 
Record
SN01713871-W 20081206/081204221841-1676c20cb5b585aa84c67f0cb97c4ce7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.