Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
SOURCES SOUGHT

23 -- Lease for Para-Transit Bus for St. Albans

Notice Date
6/2/2010
 
Notice Type
Sources Sought
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24310RQ0400
 
Response Due
6/15/2010
 
Archive Date
6/25/2010
 
Point of Contact
Greg Vogt
 
E-Mail Address
Contract Specialist
(Gregory.Vogt@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Notice Type: Sources Sought Synopsis: Sources Sought only. The Bronx VA is currently seeking Service Disabled Veteran Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) only. This is not a request for formal proposals or quotes. No formal solicitation document exists at this time, only detailed specifications for a para-transit bus at the St. Albans Medical Facility. Vendor to provide a multi-purpose vehicle for a five year lease term with a one dollar buy out at the end of the lease term. Location for St. Albans Extended Care Center is 179 St & Linden Blvd., St. Albans, NY 11425. Please email company information, i.e...name, address, point of contact, telephone number, fax number, DUNS #, email address, and company status to Gregory.Vogt@med.va.gov. All questions shall be addressed by email. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. This synopsis is not a solicitation announcement for proposal and no contract will be awarded from this announcement. Responses shall be e-mailed (Gregory.vogt@va.gov) or faxed (718-741-4722) to Greg Vogt. NAICS 336112 Size Standard 1,000 employees. Closing date for response is June 15, 2010 @ 3:00PM. Contracting Office Address: Department of Veterans Affairs, VISN 3 Network Acquisition Program, (10N3NAL), 130 West Kingsbridge Road, 9th Floor, Room 9B-16, Bronx, New York 10468-3992 Place of Performance: St. Albans Extended Care Center, 179 St. & Linden Blvd., St. Albans, NY 11425. Point of Contact(s): Point of Contact - Greg Vogt, Contract Specialist (718) 584-9000 ext. 4321. No telephone inquiries will be accepted. Specifications are as follows: DEPARTMENT OF VETERANS AFFAIRS ST. ALBANS EXTENDED CARE CENTER 179-00 LINDEN BLV. ST. ALBANS, NY 11425 SPECIFICATIONS, AS FOLLOWS, FOR: ONE (1) LOW FLOOR 2004 DIESEL-POWERED PARA TRANSIT BUS, WHICH WILL SEAT MINIMUM TWENTY-SEVEN (27) PASSENGERS OR MINIMUM TWENTY-ONE PASSENGERS PLUS TWO (2) 'WHEELCHAIR POSITIONS. This will be a multipurpose vehicle used in the transportation of disabled and ambulatory passengers. The bus will be used on generally flat terrain with frequent stops and operation in urban, suburban, and rural areas. The vehicle should be capable of legal highway speeds, yet be able to negotiate grades of up to 15 percent with a standing load. The Drive-train and Braking systems should be such as to hold up under maximum loads and extensive stop-and-go conditions. Two important features of the Bus needed are LOW BED and KNEELING FEATURE. The ridership is elderly and infirm. COMPONENTS, MATERIALS, WORKMANSHIP AND COMPLETENESS These specifications reflect the Purchaser's preference as to dimensions, materials, and major components. However, the bidder shall not omit any part of detail which goes to make the vehicle complete and ready for service, even though such part or detail is not mentioned in these specifications. All units or parts not specified shall be manufacturer's best quality and shall conform in material, design or workmanship to the best practice known in the automotive industry. All parts shall be new and in no case will be used, reconditioned or obsolete parts be accepted. The parts on all vehicles provided by the same manufacturer should be interchangeable. The price quoted in any proposal submitted shall include all items of labor, material, tools, equipment and other costs necessary to fully complete the manufacture and delivery of the vehicle pursuant to these specifications. It is the intention of these specifications to provide and require a complete vehicle of the type prescribed ready for operation. The bidder shall assume sole responsibility for the entire vehicle as to warranty and after-sales parts and service. 1.All materials used in the construction of the vehicle shall be first quality. 2.The body shall be built with suitable and easily accessible compartments provided for all apparatus, sound-deadening insulation wherever needed, all operating devices so mounted as to reduce and keep all noise and vibration to an absolute minimum. 3.No advantage shall be taken by the manufacturer in the omission of any part or detail which goes to make the vehicle complete and ready for service, even though such part or detail is not mentioned in this specification. 4.Should manufacturer find that specifications as stated would result in an untenable or less than most satisfactory result, it is incumbent on said manufacturer that they inform the Veterans Administration upon receipt of these specifications. 5.Any changes or exceptions to specifications called for shall be listed on detailed specification sheets. 6.The vehicle vendor shall assume responsibility for all material and accessories used in the vehicle and their proper installation and warranty, whether the same is manufactured by the bus builder, purchased or ready-made from a source outside the contractor's company. 7.Each vehicle must be delivered to the Veterans Administration in first-class condition, complete and ready for operation on the street, and the contractor shall assume all responsibility and liability incident to said delivery. 8.If any vehicle is delivered incomplete or incorrect, or contains any defective or damaged parts, said parts shall be furnished, and the labor of removal and installation of said parts shall be free of all costs the Purchaser including the transportation charges on said parts. 9.If the work in repairing or maintaining the vehicle in proper condition for operation reaches a magnitude where the Purchaser cannot supply space or labor for the necessary corrections, such replacements or repairs shall be made by an approved company other than the Purchaser. If the Purchaser finds it necessary to perform any work on any vehicle which should have been done by the contractor within the intent of these specifications, the contractor agrees to reimburse the Purchaser for all costs incident thereto, including material, labor, and overhead. 10.Each unit shall be equipped with its own maintenance manual, which shall cover all mechanical and electrical operations, including wiring diagrams for delivered vehicles. 11.Each vehicle body, including the undercarriage, shall be completely water tested to validate adequacy of all caulking, body scaling, door and window gaskets. A water test booth shall be utilized to completely drench each vehicle with water. The vehicle shall be exposed to a water volume which replicates a one (1) inch per hour rainfall for a continuous period of ten (10) minutes. All leaks found as a result of this test shall be repaired, and the vehicle shall be re-tested until no water leaks are found. 12.The vehicle shall meet all applicable FMVSS, Americans with Disabilities Act, State of New York, and EPA requirements, and Society of Automotive Engineers (S.A.E.) recommended practices. The following design and construction requirements are to be the required minimums. A floor plan shall be submitted with the contractor's bid. The roof cage roll-over strength must meet FMVIISS 220 requirement. TECHNICAL SPECIFICATIONS General Scope These Technical Specifications define requirements for a heavy duty, low floor, diesel powered Para-transit bus. It shall have a minimum expected life of 10 years of 350,000 miles, whichever comes first, and is intended for the widest possible spectrum of passengers, including children, adults, the elderly, and persons with disabilities. LEGAL oREQUIREMENTS The contractor shall comply with all applicable federal, state and local regulations. Local regulations are defined as those below the state level. These shall include, but not be limited to, Federal ADA as well as state and local accessibility, safety and security requirements. The bus shall meet all applicable Federal Motor Vehicle Safety Standards (FMVSS) rules and regulations and shall accommodate all applicable Federal Motor Carrier Safety Regulations (FMCSR) in effect on the date, of manufacture. In the event of any conflict between the requirements of this Specification and any applicable legal requirement, the legal requirement shall prevail. Technical requirements that exceed the legal requirements are not considered to conflict. OVERALL REQUIREMENTS The contractor shall ensure that the application and installation of major bus subcomponents and systems are compliant with all such sub-cornponent vendors requirements and recommendations: Components used in the vehicle. shall be of medium-duty design. Prior to delivery, the new vehicles must be completely serviced by the successful bidder or his authorized agent. Crankcase, differential and transmission must be filled to manufacturer's specifications. Manufacturer's warranty shall be furnished with each vehicle.. All equipment catalogued as standard is to be furnished with vehicles, whether or not it is listed in the specifications above.. The apparent silence of this specification, as to any detail, or the apparent omission from it as to a "detailed description concerning any point, shall be regarded as meaning that only the best commercial. "practice is to prevail, and that only materials and workmanship of the first quality are to be used. "o Price is to be exclusive of Federal Excise Tax. An exemption certificate will be furnished when the bid is awarded. DIMENSIONS PHYSICAL SIZE With the exceptions of exterior mirrors, marker and signal lights, bumpers, fender skirts, washers, wipers, ad frames and nib-rails, the bus shall have the following overall dimensions at static conditions and design: height Body Length: Body Width: Maximum Overall Height:. Approach Angle: Break-Over Angle: Departure Angle: Wheel Base:Under 28' 96" Maximum 120" Maximum Minimum 8 degrees Minimum 8 degrees Minimum 8 degrees 157" Maximum UNDERBODY CLEARANCE The approach angle is the angle measured between a line tangent to the front tire static loaded radius are and the initial point of structural interference forward of, tile front tire to the ground: The departure angle is the angle measured between a line tangent to the rear tire static loaded radius arc and the initial point of structural interference rearward of the rear tire to the ground. The break-over angle is the angle Measured between two lines tangent to the' front and rear tire static loaded radius and intersecting at a point on the underside the vehicle that defines the largest ramp over which the vehicle can roll. Ground Clearance: Ground clearance shall be no less than 8 inches, except within the axle zone and wheel area. Axle Clearance: A.xle zone clearance, which is the projected area between tires and wheels on the same axial, centerline, shall be no less than 5.5 inches. Wheel Area Clearance: Wheel area clearance, shall be no less than 6.5 inches for parts fixed to the bus body and 6 inches for parts that move vertically with the axles. FLOOR HEIGHT Floor height may be a maximum of 13.75" at centerline of bus, and the step height cannot exceed 13.75" INTERIOR HEADROOM The headroom above the aisle and at the centerline of the aisle seats, shall be DO less than 92 inches in the forward half of the bus, tapering to no less than 75 inches forward of the rear settee. WEIGHT Curb weight of the bus shall not exceed 13,500 pounds. GVWR shall be a minimum of 20,000 pounds. CAPACITY The vehicle shall be designed to carry twenty-seven (27) ambulatory passengers, two (2) wheelchairs, and twelve (12) standees. 6 SERVICE LIFE AND MAINTENANCE SERVICE LIFE The bus shall be designed to operate in transit service for at least ten (10) years or 350,000 miles. It shall be capable of operating at least 35,000 miles per year, up to and including the tenth year. ACCESSIBILITY All systems or components subject to periodic maintenance or that are subject to periodic failures shall be readily accessible for service and inspection. To the extent practicable, removal or physical movement of components unrelated to the specific maintenance and/or repair tasks involved shall be unnecessary. INTERCHANGEABILITY Components with, identical functions shall be interchangeable to the extent practicable. These components shall include, but are not limited to, passenger window hardware, interior trim, lamps, lamp lenses, and scat assemblies. Components with non-identical functions shall not be, or appear to be, interchangeable. A component shall not be used in an application for which it was neither designed nor intended.. MANUALS REQUIRED One complete set of manuals shall be provided with each bus. The specific manuals listed below must be provided: 1.Operator's Manual 2.Engine Maintenance Manual 3.Transmission Maintenance Manual 4.Air Conditioner Maintenance Manual. 5.Body Maintenance Manual 6.Chassis Maintenance 7.All Warranty Documentation Any other drawings, schematics, and other necessary prints of the unit are to be provided. All information necessary to perform maintenance and trouble-shooting of this unit shall be provided. OPERATING ENVIRONMENT The bus shall achieve normal operation in ambient temperature ranges of -10 to 115 F, at relative humidity between 5 percent and 100 percent,: and at altitudes up to 3,000 feet above sea level. Degradation of performance due to atmospheric conditions shall be minimized at temperatures below -10 F, above 115 F, or at altitudes above 3,000 feet. Special equipment or procedures may be employed to start the bus after being exposed for more than 4 hours to temperatures less than 30 F without the engine in operation. FIRE SAFETY The bus shall be designed' and manufactured in accordance with all applicable fire safety and smoke emission regulations. These provisions shall include the use of fire-retardant/low-smoke materials and facilitation of passenger evacuation. ELDERLY AND DIABLED PASSENGERS The vehicle shall comply with all applicable Federal requirements defined in the Americans with Disabilities Act and all state and local' regulations regarding. Mobility -impaired persons. Local regulations are defined as those below the state level_ RESPECT FOR THE ENVIRONMENT The manufacturer shall use, whenever possible, low mercury fluorescent lighting tubes, PCB free ballast units, cleanable filters (unless required otherwise by the Procuring Agency), and non-asbestos brake block's and gaskets. PROPULSION SYSTEM POWER REQUIREMENTS Propulsion system and drive train shall provide power to enable the bus to meet the defined acceleration; top speed, and grade ability requirements, and operate all propulsion-drive accessories. Power requirements are based on medium-duty diesel (MDG) engines certified for use in all 50 states using actual road test results or computerized vehicle performance data. TOP SPEED The bus shall be capable of a top speed of 65 mph on a straight, level road GVWR with all accessories operating. GBADEABILITY Grade ability requirements shall be met on grades with a dry commercial asphalt or concrete pavement at. GVWR with all accessories operating. The propulsion system and drive train shall enable, the bus to achieve and maintain a speed of 50 mph on a 2.5% ascending grade and 10 mph on a 16 percent ascending grade. 8 EXTERIOR COLOR of the bus shall be white.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24310RQ0400/listing.html)
 
Place of Performance
Address: St. Albans Extended Care Center;179 St. & Linden Blvd.;St. Albans, NY
Zip Code: 11425
 
Record
SN02166742-W 20100604/100602235652-15d3ebad46fa0d6b0603aba1ab26c717 (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.