SOLICITATION NOTICE
23 -- Motorcycles
- Notice Date
- 5/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
- ZIP Code
- 20242
- Solicitation Number
- Q397210C155
- Response Due
- 6/21/2010
- Archive Date
- 5/18/2011
- Point of Contact
- Keith Boockholdt Contracting Officer 2026196394 Keith_Boockholdt@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation No. Q397210C155 is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. This procurement is a 100-percent set-aside for small business concerns. The North American Industry Classification System (NAICS) is 441221; with a small business size standard of $7 million. of annual gross revenues of the total concern for the last 3 years. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-40. This procurement is a commercial item. The estimated magnitude of this procurement is between $75,000.00 to $85,000.00. 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, 4 each motorcycles to U.S. Park Police, 6th & Penn Street, N.E. (rear of 515 New York Avenue, N.E.), Washington D.C. 20002. 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 is 30 days after receipt of purchase award. Motorcycles 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 1690 cc.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 motorcycle horn, connect to air horn. Emergency Response Kit 91453-00A or equivalent13. Sidecar mounting brackets and wiring harness, installed by dealer. Sidecar connection kit and brake lines. Harley Davidson Part Number 87166-09 or equivalent14. Seat: heavy duty traditional solo saddle, air suspension, fully adjustable dampening and springing or equal, minimum 17" wide and 17" long.15. Color: Police (birch 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. (Harley Davidson Part Number 69461-06A or equivalent)18. Mirrors: left and right rear view with chrome extensions.19.Cigarette lighter (for radar use)20.Electrical system: Shall be nominal 12 - volt a. Battery, sealed, heavy duty maintenance-free, 12 molt minimum rated capacity - 28 ampere hours (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 switchese. Starting system. 12-volt starter, solenoid operated engagement, relay required.f. Horn. Sound level audible above motorcycle and traffic generated noiseg. Quarts halogen headlight, 55 watt low beam and 60 watt high beamh. Pursuit lamps front mounted PAR-3, one red and one blue (incandescent)i. Tail lightj. Turn signal, self - canceling systemsk. Flashers, four-way, integrated into turn signal switchesl. License plate lighting, two blue indicator lamps.21 Emergency LED lighting system: Emergency lighting box. (Harley Davidson Part Number 67650-04 or equivalent) a. Tour Pak adapter plate (Harley Davidson Part Number 53196-09 or equivalent)22. Safety bars front and rear, loop type, minimum 1-1/4" diameter. (Harley Davidson Part Number 53631-04 or equivalent)23. Lens Flasher Module (Harley Davidson Part Number 70671-04 or equivalent)24. Engine Headlight Lamp Kit (Harley Davidson Part Number 90050-02 or equivalent)25. Red/Blue LED Lamp Kit (Harley Davidson Part Number 69250-04 or equivalent)26. 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 pressure27. Indicator light for emergency equipment use, mounted on left side of instrument panel.28. Faring air deflectors (clear)29. Front axle nut covers (chrome)30. Chrome windshield strip.31. Radio transmit switch (mounted left-hand switch control head. 32. Auxiliary Battery (Harley Davidson Part Number 65989-97C or equivalent)33. Reserve right to use police motorcycles as trade-in at fair market value. There are two line items as follows: A. Motorcycles 4 each Unit Price $______ Total Price for all 4 $___________B. Shipping Costs for 4 Motorcycles to Washington, D. C. Lump Sum $________________________C. Total of Quote: $__________________________________ No substitution of materials and/or design shall be made without the prior approval of the Contracting Officer; i. The government shall have up to seven (7) days to perform a final inspection upon delivery of the items to the site. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.222-50 Combating Trafficking in Persons, FAR 52.219-6 Notice of Total Small Business Set-Aside, 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 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. For full text of FAR Clauses, the web site address is www.arnet.gov. The Government will award to the responsible offeror based on the following: 1. Price, 2. Past performance. The Government reserves the right to award to the offeror providing the best value to the Government. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. 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 or have that information posted on the OCRA website. All offers must place a price for all line items to be considered responsive. 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, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 11:00 A.M. EST June 2, 2010 and can be sent to NATIONAL PARK SERVICE, ATTN: Keith Boockholdt, ACQUISITION MANAGEMENT DIVISION, 1100 OHIO DRIVE, SW, WASHINGTON, D.C. 20242. Quotes may be faxed to (202) 485-9720 CALL FOR CONFIRMATION OF RECEIPT OF FAX ON (202) 619-6394 or emailed to Keith_Boockholdt@nps.govAll responsible sources may submit a quote which will be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q397210C155/listing.html)
- Place of Performance
- Address: Washington, D.C.
- Zip Code: 202420001
- Zip Code: 202420001
- Record
- SN02153306-W 20100520/100518235600-ac5cb3a16093875c4c66f6f38749674e (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 |