Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 21, 2001 PSA #2855
SOLICITATIONS

23 -- MOTORCYCLES FOR POLICE FORCE

Notice Date
May 17, 2001
Contracting Office
National Capital Region, 1100 Ohio Drive, SW, Washington, DC 20242
ZIP Code
20242
Solicitation Number
Q3000010038
Response Due
June 1, 2001
Point of Contact
Linda Stivaletti Tel. (202) 619-6368
Description
DESC: This is 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 constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number Q3000010038 is issued as a request for quotation and incorporates provisions and clauses that are in effect through FAC 97-23. FAR 52.219-3, Notice of Total HUBZone Set-Aside, is applicable to this acquisition. For a company to qualify as a HUBZone small business concern, the small business must appear on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration. If this office does not receive any acceptable offers from HUBZone Set-Aside businesses, then FAR 52.219-6, Notice of Total Small Business Set-Aside, is applicable to this acquisition. For a company to qualify as a small business, the small business size standard is $5,000,000. The NAICS code for this acquisition is 336991. REQUIREMENTS: Furnish and deliver 8 motorcycles within 60 days of award, FOB destination, U.S. Park Police, 6th & Penn Street, N.E. (rear of 515 New York Ave., N.E.), Washington, D.C. 20002. Motorcycles for police force must be the latest production model, completely assembled and ready for operation with all standard equipment and in accordance with the equipment list below. Motorcycles must be certified for sidecar usage by manufacturer. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Vendors must meet this requirement by accepting wire transfer to a bank account to be responsive. Equipment list: 1. Displacement: minimum of 1450 cc. 2. Engine: air or water cooled 3. Black and Chrome engine package 4. Transmission: standard, minimum 5 speed 5. Driveline: belt driven or drive shaft 6. Suspension: heavy duty 7. Exhaust system: dual exhaust, touring pipes with tapered end 8. Floor boards and T bar shifter controls 9. Brake pedal: foot operated, approximately 2" X 4" with rubber pad 10. Windshield with fairing, minimum 3/16" thickness, silhouette or equal 11. Speedometer: Police certified 12. Siren: electric (for motorcycle use). Disconnect motorcycle 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, minimum 17" wide and 17" long. 15. Color: Police WHITE 16. Saddlebags with mounting brackets and saddlebag guards, color BLACK 17. 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 radar use) 20. Electrical system: heavy duty, minimum 22 amp charging system, minimum 12 volt battery, circuit minimum 30 amp for emergency equipment. 21. Emergency strobe lighting system: Each motorcycle will be provided with one (1) Havis Shields model HSMBR-PP or prior approved equal lighting system. The system must include two (2) Par 36E strobe lights mounted in the front of the fairing. The right light must have a blue lens and the left light must have a red lens. The system must have three (3) recessed light fixtures mounted in an all aluminum weatherproof box. The box must measure 11.25" wide, 15" long, 6" deep and have a locking hinged lid. The box will be painted with a semi-gloss black enamel. Plastic or fiberglass boxes will not be accepted. The box must have a mounting shelf so that the lighting power supply and the radio can be mounted in the box together. The left and right sides of the box must each have one (1) model MN200SI signal bulb strobe light fixture with split red/blue lenses. The rear of the box will have one (1) model TS200SI dual bulb light fixture with split red/blue lens. All strobe bulbs must be powered by UPS-96C ten outlet power supply, which will be mounted in the box. The box must be mounted to the motorcycle on half-inch rubber bushings for vibration resistance. All exposed wire harnesses must be covered in protective plastic loom and be run through grommets to prevent damage from chaffing. 22. Safety bars front and rear, loop type, minimum one to a quarter of an inch in diameter. 23. On and Off switch for headlight and all running lights. 24. Tires: minimum MT 90 X 16 touring tread design. 25. Indicator light for emergency equipment use, mounted on left side of instrument panel. 26. Fairing air deflectors (clear) 27. Front axle nut covers (chrome) 28. Radio transmit switch , PTT (mounted left-hand switch control head) 29. Gauge package (voltmeter and clock) aftermarket if necessary 30. Microphone hanger bracket (left side handlebar). 31. Manufacturer decals: on right and left sides of fuel tank (6116881A) 32. 24 month extended warranty 33. Reserve right to use police motorcycles as trade in at fair market value 34. Stage One or equivalent performance cartridge, to be installed by dealership. In accordance with FAR 52.212-2, price, specification of model being offered, and past performance are the factors that will be considered when selecting a contractor for these items. The Government reserves the right to award to the offeror providing the best value to the Government. Award may not necessarily be made to the offeror submitting the lowest price. The government will award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforms to the solicitation and is most price advantageous to the government. All offers must include with their quotation a completed copy of the FAR 52.212-3 and a copy of the manufacturer's specification sheet and any other literature directly related to motorcycle model being offered. All offers must also include the unit prices (state shipping costs separate from the motorcycle's unit price) and delivery date. The following FAR clauses are applicable to this acquisition: 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, 52.203-6, 52.219-3, 52.219-8, 52.222-3, 52.233-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-9, 52.225-3, 52.225-13, 52.225-15, 52.225-16, and 52.232-33. All interested/qualified sources who can provide the items must respond by 4:00 p.m., June 1, 2001. Quotations should be addressed to National Park Service, NCR- Division of Contracting, 1100 Ohio Drive, SW, Washington, D.C. 20242. POC Linda Stivaletti, Contract Specialist, (202) 619-6368 or fax (202) 485-9720. Faxed responses are acceptable. EMAIL: Linda_Stivaletti@NPS.gov
Record
Loren Data Corp. 20010521/23SOL001.HTM (W-137 SN50M3H0)

23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index  |  Issue Index |
Created on May 17, 2001 by Loren Data Corp. -- info@ld.com