SOURCES SOUGHT
W -- The Lease, Maintenace and Repair of five (5) 24-26 FT Refrigerated Trucks with Brakes & Lifts and Two (2) 25-26FT Textile Tractors for Veteran Affairs Greater Los Angeles Healthcare System (VAGLAHS)
- Notice Date
- 12/14/2020 1:11:03 PM
- Notice Type
- Sources Sought
- NAICS
- 532120
— Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26221Q0129
- Response Due
- 12/21/2020 3:00:00 PM
- Archive Date
- 01/20/2021
- Point of Contact
- Tracey Williams-Douglas, Contract Specialist, Phone: 562-766-2283
- E-Mail Address
-
tracey.williams-douglas@va.gov
(tracey.williams-douglas@va.gov)
- Awardee
- null
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT and ANNOUNCEMENT of INDUSTRY DAY 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of businesses, including Veteran Owned Small Business (VOSB) and Service Disabled Veteran Owned Small Businesses (SDVOSB), interested and capable of providing the lease, maintenance and repair of five (5) 24-26 ft refrigerated trucks with brakes and lifts and two (2) 25-26 ft textile tractors, per paragraph five (5) below, for the VA Greater Los Angeles Healthcare System (VAGLAHS). 2. The NAICS for this requirement is 532120, Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing. 3. Interested and capable Contractors should respond to this notice not later than December 21, 2020 by providing the following via email only to Tracey.Williams-Douglas@va.gov. (a) company name (b) address (c) point of contact (d) phone, fax, and email of primary point of contact (e) DUNS number (f) A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 5 below. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described in paragraph 5 below. 4. SDVOSB/VOSB respondents. (a) SDVOSB/VOSB respondents are encouraged to provide proof of registration in the Veteran Information Pages at https://www.va.gov/osdbu/. Further, SDVOSB and VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they can provide the requested services keeping within the parameters of this clause. (b) SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVOSB contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 5. Required Services. The VAGLAHS requires the lease, maintenance and repair of five (5) 24-26 ft refrigerated trucks with brakes and lifts and two (2) 25-26 ft textile tractors that include the following: REFRIGERATED TRUCKS: Maintenance and Repair provide preventative maintenance and repair services for all trucks/tractors listed in accordance with the manufacturer's schedule, based on time or miles. coordinate with the using Service to ensure that the trucks receive timely preventative maintenance and that there is a replacement truck available when the truck is brought in for service. provide inspections of liftgates at least every 3,000 miles or every six months, whichever comes first, to ensure that bolts and fasteners are tight and secure; repair worn or damaged bearing sprockets and roller chains; controls operate properly; battery cables and connections; pump motor for wear and/or damage/ hydraulic fluid levels; hydraulic leaks, torsion bars, etc. test drive vehicle after service (either preventative maintenance or repair service,) prior to returning the vehicle to the Government, to ensure all service warning lights on dashboard are off and operational issues have been resolved. Parts and Equipment furnish new standard parts for leased trucks in accordance with the original equipment manufacturer specifications. dispose of any hazardous materials resulting from maintenance in accordance with Federal, State and County guidelines. Replacement Trucks If a truck is brought in by the Contractor for service, either preventative maintenance and/or repair service, the Contractor shall provide a replacement truck that meets the specifications of the leased truck and shall be exchanged at the same time the leased truck is brought in for service. Roadside Assistance provide a roadside assistance number that shall be responsive 24 hours a day, 7 days a week, including holidays. The Contractor shall provide a service technician to the site within one (1) hour of the call for service from the Government. Other Requirements Trucks must not older than two (2) years, and no more than 180,000 miles, must have power steering, and air brakes. Rail gate style liftgate with manual controls inside and outside of truck to operate lift, up to 3,000 lbs. and chains on sides of liftgate. Liftgate (laden or unladen) shall have the ability to adjust to loading dock heights ranging from 22 to 49 inches. Liftgate platform measuring sixty-five (65) inches wide and sixty-five (65) inches deep. Two rows of E-track on each side of the inside cargo area top row of E-track no higher than fifty (50) inches from the floor, bottom row of E-track not less than twenty-four (24) inches from the floor. Roll-up insulated door. Grab handles at rear door, service steps and grab handle on refrigerated units Front cab shall have refrigerated monitoring system and alarm for nonfunctioning refrigeration unit. Refrigerated units shall be capable of maintaining 25 degrees or lower while on the road for 8 hours. Inside cargo area (flooring walls, ceiling) shall be non-porous, easily to clean and sanitize surface, flooring shall be anti-skid. Entire cargo area shall be lit. Fire extinguisher, back-up alarm, AM/FM radio, power windows, electric door locks, air-conditioned cab. Utilizes diesel fuel, two fifty-gallon tanks, Diesel Exhaust Fluid (DEF) tank. Two sets of keys provided for each vehicle. TEXTILE TRUCK TRACTOR: Requirements Equipment shall be no older than two (2) years old and have mileage of no more than one hundred eighty thousand (180,000) miles. Triple (3) axle with an adjustable fifth wheel trailer mount. Cummins engine Uses diesel fuel with a total of one hundred (100) gallon fuel capacity. Mounted diesel exhaust fluid (DEF) tank. Aero dynamic scoop on roof and side fairings. Rear facing work spotlights; front facing fog lights. Minimum manual ten (10) speed drive transmission, chassis-axle (GVWR 44,000 80,000 lbs.) with the ability to haul thirty (30) to fifty-three (53) ft. trailers. Aluminum wheel on front axle. Interior: ergonomic display information panel, Power steering, air conditioning, standard AM/FM radio. Power windows, power remote dual side mirrors (driver and passenger side), power door locks, Two (2) electric cords; one (1) for the trailer lights and one (1) for the trailer liftgate battery. The Contractor shall furnish all necessary and appropriate labor, materials, supplies and equipment to successfully perform all the maintenance and repair services for the refrigerated trucks and textile tractors. 6. Services are required by May 01, 2021. Interested contractors are asked to submit an estimated price to allow the contracting officer to assess market prices. 7. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) can perform the required services, the VA will set aside the underlying solicitation per 38 U.S.C. §8127. --End of Sources Sought Announcement--
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/79b35f6347024f91badc918bb4e99de8/view)
- Place of Performance
- Address: Veteran Affairs Greater Los Angeles Healthcare System (VAGLAHS) 90073
- Zip Code: 90073
- Zip Code: 90073
- Record
- SN05873671-F 20201216/201214230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |