Texas Bids > Bid Detail

Low Speed Electric Vehicle

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 23 - Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles
Opps ID: NBD00159877591926732
Posted Date: May 1, 2023
Due Date:
Solicitation No: 36C257-23-AP-1505
Source: https://sam.gov/opp/885e41261a...
Follow
Low Speed Electric Vehicle
Active
Contract Opportunity
Notice ID
36C257-23-AP-1505
Related Notice
Contract Line Item Number
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
257-NETWORK CONTRACT OFFICE 17 (36C257)
Award Details
  • Contract Award Date: May 01, 2023
  • Contract Award Number: 36C25723P0357
  • Task/Delivery Order Number:
  • Contractor Awarded Unique Entity ID: WAF3U4H8AND1
  • Contractor Awarded Name: Wonder State Solutions LLC
  • Contractor Awarded Address: Springdale , AR 72764-4403 USA
  • Base and All Options Value (Total Contract Value): $53,525.00
General Information
  • Contract Opportunity Type: Award Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 01, 2023 08:25 am EDT
  • Inactive Policy: 15 days after contract award date
  • Original Inactive Date: May 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 2310 - PASSENGER MOTOR VEHICLES
  • NAICS Code:
    • 336320 - Motor Vehicle Electrical and Electronic Equipment Manufacturing
  • Place of Performance:
    San Antonio , TX 78229
    USA
Description

The South Texas VA Health Care System, Audie L. Murphy VA Medical Center (ALM) has a requirement to purchase a new electric vehicle shuttle with an authorized vendor to supply and deliver the item identified in Table 1 below. This requirement is in support of a basis of design brand or equal requirement. The electric vehicle will allow for transporting Veterans safely throughout the VA premises. See attachments for salient characteristics. Item to be delivered to the location specified in section 2.4.1.



Table 1 Package Items Summary



Item Number



Item Description



Quantity



1



Electric Vehicle 9 passenger hard door shuttle-New



1




  1. General Conditions-New


    1. Site Address


      1. The address of the South Texas VA Medical Center is listed below. Additional information on delivery is located in section 2.4.







Audie L. Murphy VA Medical Center (ALM)



7400 Merton Minter Blvd



San Antonio, TX 78229




  1. Delivery Schedule



Item shall be delivered no earlier than the estimated delivery start date and no later than the delivery end date listed in Table 2 below.



Table 2



Building Name



Building # & Letter



Acronym



Est. Delivery Start Date



Est. Delivery End Date



Audie L Murphy VA Medical Center



N/A



ALM



2023-05-01



2023-10-01






  1. Schedule and Order Management


    1. The above delivery schedule is based upon the current construction schedule, which is subject to change. The vendor shall not increase prices for a change in delivery date for up to 30+ days due to construction delays.

    2. The awardees actual delivery dates will be confirmed by VA upon award.

    3. Post-award the vendor will coordinate delivery prior to beginning any work (see section 2.4). Once the dates have been confirmed, modifications to the schedule are subject to written approval by the VA POC and the vendor. Schedule changes that are beyond the dates specified in the contract will require approval by the Contracting Officer and a contract modification.



  2. Delivery and Receiving

    1. Delivery and receipt of the proposed item is anticipated to be directed to the location identified below. Confirmation of delivery location will be provided by the VA POC post-award. Delivery must be coordinated with VA Logistics.





☒ Audie L. Murphy VA Medical Center



(Direct Delivery to address detailed in paragraph 2.1.1)




  1. Delivery shall be freight on board (FOB) – Destination.

  2. The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor.

  3. The delivery of item identified in this document shall take place during normal business hours which are defined as: 0800 to 1630 (i.e.: 8:00am to 4:30pm Central Time), Monday through Friday, and excluding Federal Holidays.

  4. Delivery trucks will not be permitted to remain at the loading dock. Trucks shall be unloaded, moved from the dock, and then brought back to the dock if required to haul out any waste, tools, or excess materials.

  5. Labeling of delivered items shall include the awarded contract number and VA purchase order number for identification and reference upon receipt of product.




  1. Use of Warehouse


    1. If the vendor requires the use of the Government’s activation contractor’s warehouse to meet the requirements of this contract the vendor must provide a certificate of insurance prior to the delivery and offloading of the item. This insurance certificate must be completed and presented to the activation contractor prior to delivery.

    2. The vendor shall communicate through the VA POC any required coordination requirements.



  2. Clean Up and Disposal

    1. There are no dumpsters available for vendor use.

    2. The removal of waste and/or excess material shall be conducted through the loading dock area. Delivery trucks and/or other vendor vehicles will not be permitted to remain at the loading dock. Vehicles will need to be brought back to the dock if required to remove any waste, tools, or excess materials.



  3. Deliverables [ '☒' is '☐' is not required]

    1. The vendor shall provide CAD drawings (including shop drawings) and specifications for site prep for their product as required.

    2. The vendor shall provide a completed VA Form 6550 with submittal documents for any and all item(s) that may connect to the VA network and medical devices that store sensitive patient information.



  4. Assembly and Installation [ ☒ is ☐ is not required]

    1. The vendor is required to manage and coordinate installation at ALM with the VA POC.

    2. On-site assembly and installation of items, and performance of services identified in this document shall take place during normal business hours which are defined as: 0800 to 1630 (i.e.: 8:00am to 4:30pm Central Time), Monday through Friday, and excluding Federal Holidays.

    3. The vendor is required to define the need for a staging area to accommodate item assembly and installation, if needed. Post-award, this information will be confirmed with the vendor.

    4. The vendor is required to provide tools, labor and materials to complete assembly and installation of the items detailed in this document.

    5. The vendor shall protect all finished spaces and surfaces as required from delivery and installation damage. The vendor shall use covering and protection to the extent necessary to prevent damage to finished spaces. Any damage occurred during delivery and installation is the responsibility of the vendor. The vendor will be responsible for paying for and repairing any damage or noted deficiencies to finished spaces and surfaces that occur as a result of the vendor’s (or associated sub-contractors) installation.

    6. During the entire duration of assembly and installation, the vendor will have a competent representative on-site as the vendor’s contact, and to serve as the interface between the vendor and ALM. On-site representative can be the installer. All instructions provided from COR to the representative will be binding as if given to the vendor’s main contact. The COR may provide specific instructions, however, only the Contracting Officer may change the terms or conditions of the contract.



  5. Training [ ☒ is ☐ is not required]

    1. The vendor shall coordinate through the VA POC to provide a hands-on training session to staff selected by the VA. Training shall be completed within 45 days after final installation of equipment. The vendor will record the training and provide a electronic copy of the training to the VA POC for VA to use to train additional personal at a future date. In addition, the vendor shall provide additional training documents to the VA POC for training additional persons at a future date.



  6. Standard Warranty

    1. The products shall be covered by vendor’s standard warranty terms and provisions, provided, however that the warranty coverage shall be no less than the following:

    2. The Vendor shall provide a warranty certificate/form stating the warranty period, terms, and information required to initiate the warranty.

    3. The warranty period set forth therein shall run for one year following the first day of use at ALM.

    4. The vendor shall extend such warranty directly to the customer as if such customer had purchased the Products directly from the vendor.

    5. The vendor shall warrant the products against defects in material and workmanship under normal use and service, repair or replace at vendor’s cost any defective Product (or issue a credit or refund based on the purchase price paid therefor); and

    6. The vendor shall pay (or refund the amount of) all freight and shipping charges for any defective Products returned under this paragraph.



  7. Use of Premises

    1. If during the performance of this contract, work will be carried out on Audie L Murphy premises, the vendor shall perform all work in such a manner that will cause a minimum interference with VA Medical Center operations and the operations of other contractors on the premises.

    2. The vendor shall communicate through the VA POC any required coordination requirements with the General Construction contractor prior to and during delivery and installation activities.

    3. The project may be an active construction site during delivery and installation. The vendor shall take all necessary precautions to protect the premises and all persons and property therein from damage or injury. The vendor shall assume responsibility for taking precautions for the vendor's (and associated subcontractors’) employees, agents, licensees, and permittees. The vendor shall abide by any safety requirements imposed by the GC (e.g., hard hats, safety vests).









Total Quantity: 1



☐Finish Sample Required if Checked ☐Manufacturer Certified Installation Required if Checked





☐BMET Training Required if Checked ☒End User Training Required if Checked





Item Name: 9 passenger Electric Vehicle Hard Door Shuttle



Basis of Design Brand or Equal: Moto EV 9 Passenger Hard Door Shuttle - New





Salient Characteristics:



The 9-passenger vehicle has quiet, zero-emissions electric models with quick charge and extended battery life. Climate controlled with heat, fan, and air conditioner to allow for use in all weather conditions. Light package (head lights, taillights, brake lights and turn signals) horn and PA system for better communication. Ground clearance with running boards to assist with entry and exiting the vehicle. Rustproof aluminum frame that resists water, fertilizers, chemicals, and salt.


Attachments/Links
Contact Information
Contracting Office Address
  • 2301 E. LAMAR BLVD
  • ARLINGTON , TX 76006
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 01, 2023 08:25 am EDTAward Notice (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 >