Tennessee Bids > Bid Detail

2310--Electric wheelchair shuttle

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 23 - Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles
Opps ID: NBD00159197552945202
Posted Date: Feb 7, 2023
Due Date: Feb 9, 2023
Solicitation No: 36C24923Q0127
Source: https://sam.gov/opp/3a4313e17f...
Follow
2310--Electric wheelchair shuttle
Active
Contract Opportunity
Notice ID
36C24923Q0127
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 07, 2023 08:23 am CST
  • Original Response Date: Feb 09, 2023 10:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: May 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2310 - PASSENGER MOTOR VEHICLES
  • NAICS Code:
    • 336999 - All Other Transportation Equipment Manufacturing
  • Place of Performance:
    Alvin C. York VAMC 3400 Lebanon Rd Murfreesboro , TN 37129
    USA
Description
This is a Request for Information (RFI). This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this RFI is to obtain knowledge and information for project planning purposes.
NAICS code: 336999 and sized standard is 1,000 employees.
NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in SBA at https://veterans.certify.sba.gov/.
Background: Brand name or equal electric wheelchair shuttle will enhance the quality of life for patients to participate in Recreational Therapy around the campus.
Purpose and Objectives: Your responses to the information requested will be used for planning purposes only. The Veteran Affairs Medical Center (VAMC), Alvin C. York VAMC is developing its requirements for Electric Wheelchair Shuttle. The purpose of this Request for Information (RFI) is to gather information to assist the VAMC in formulating its requirements, and identify qualified firms who are able to meet our requirements.
Description
Quantity
Price
ETB-11PADA PADA Electric Passenger ADA Shuttle
1
$
Soft Vinyl Enclosure
1
$
AC Unit
1
$
Lithium Battery and Charger For AC Unit
1
$
Running Boards
1
$
Beacon Light
1
$
Shipping
1
$
Total

$
Project requirements:
The Department of Veterans Affairs, Network Contracting Office 9, is seeking sources that can provide equipment that meets the following salient characteristics:
Item: SEPG 342877 Shuttle

1) Essential/significant physical, functional, or performance characteristics.

Salient characteristics are those characteristics that make an item equal to the brand name item we specify. Specifically, salient characteristics are those characteristics of the brand name item that the VA needs.

Salient Characteristics
ETB-11 PADA Electric Passenger ADA Shuttle
Soft Vinyl Enclosure
AC Unit
Lithium Battery and charger for AC Unit
Running Boards
Beacon Light
Passenger Capacity:11 People + 1 Wheelchair
Vehicle Dimensions:16.4' L X 4.88' W X 6.72' H
Gross Vehicle Weight:3,500 Lbs
Speed: Up to 25 MPH
Range: Up to 50 miles (full capacity)
Climb:20% grade (full capacity)
Electric Motor:7.5kw AC Motor (10.1 hp)
Min. Turning Radius:18.0 FT
Maxload:3,000 Lbs.
Ground Clearance:7
Batteries: QTY 12- Trojan 105 or US2200
Charger: Eagle On Board
Braking System: Rear & Front Hydraulic Brakes w/ Rear Mechanical Parking Brake
Suspension: Independent/ Rear Steel Plate Suspension
Drive: Rear Wheel Drive
Body: Steel Framework + Fiberglass
Roof: Fiberglass Painted to Match Vehicle
Floor: Non- Slip Plastic
Windshield:AS1 DOT Approved
Warranty: 3 Year Limited Standard Warranty
The VAMC is seeking the following information:
[ ] yes [ ] no - Small Business (SB)
[ ] yes [ ] no - HUBZone
[ ] yes [ ] no - Small Business 8(a)
[ ] yes [ ] no - Small Disadvantaged Business (SDB)
[ ] yes [ ] no - Women-Owned (WO) Small Business
[ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB)
[ ] yes [ ] no - Veteran Owned Small Business (VOSB)
[ ] yes [ ] no - Large Business
[ ] yes [ ] no - Other (please specify)
[ ] yes [ ] no Are you the Original Equipment Manufacturer (OEM)?
[ ] yes [ ] no If not the OEM, are you an authorized distributor, and can produce a letter from the OEM?
[ ] yes [ ] no Is this product available on your GSA/FSS or other GWAC Contract?
If so, what is your contract number?_____________________
[ ] yes [ ] no Does your equipment conform to the Buy American Act and FAR 52.225-1?
52.225-1 Buy American-Supplies | Acquisition.GOV
What is the estimated Delivery Date After Receipt of Order (ARO)? _____________

Anticipated period of performance: The NCO 9 does not presently intend to award a contract, but want to obtain market information and sources capability for acquisition planning purposes only.
Capability statement /information sought. The Capability Statement should discuss the product s capabilities as against the potential requirements, the product s system requirements, the product s integration specification (if available), and any other specific and pertinent information that would enhance the VAMC s understanding of the information submitted. Also, vendors with a GSA schedule should provide the contract number of that schedule. We recognize that not all requirements may be met. Please indicate in your response which capabilities can be provided via commercial versus custom developed solutions.
Please e-mail your response with the above information to christina.lawrence2@va.gov with the subject line "RFI #36C24923Q0127 by 10:00 a.m. on 02/09/2023. Any question should be emailed to christina.lawrence2@va.gov.

Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. In accordance with FAR 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.

Any solicitation resulting from the analysis of information obtained will be announced to the public in Federal Business Opportunities in accordance with the FAR Part 5. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 07, 2023 08:23 am CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >