Purchase of Mobility Vans for the Jefferson Parish Transit Department

Agency: State Government of Louisiana
State: Louisiana
Type of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
Posted: Mar 27, 2024
Due: Apr 11, 2024
Solicitation No: JPP-50-00144729
Publication URL: To access bid details, please log in.
bid number description date issued bid open date/time help
JPP-50-00144729 Purchase of Mobility Vans for the Jefferson Parish Transit Department
Original: JPP-50-00144729
03/27/2024 04/11/2024
2:00:00 PM CT
JPP

Attachment Preview

Bid Number 50-00144729
Purchase of Mobility Vans for the Jefferson Parish
Department of Transit
BID DUE: April 11, 2024 AT 2:00 P.M.
ATTENTION VENDORS!!!
Please review all pages and respond accordingly, complying with all provisions
in the technical specifications and Jefferson Parish Instructions for Bidders and
General Terms and Conditions. All bids must be received on the Purchasing
Department’s eProcurement site, www.jeffparishbids.net, by the bid due date
and time. Late bids will not be accepted.
Jefferson Parish Purchasing Department
200 Derbigny Street
General Government Building, Suite 4400
Gretna, LA 70053
Buyer Name: Doris Abraham
Buyer Email: DABRAHAM@jeffparish.net
Buyer Phone: 504-364-2690
Bid Specifications for Bid No. 50-00144729
2023 U4X Transit Side Rear Lift Specifications
1.0 Chassis
General
Vehicle Chassis shall meet all applicable SAE and FMVSS requirements
Manufacturer/Vehicle Alterer shall attest that they are certified by Chassis
Manufacturer’s QVM Program at the time they are supplying a response.
Manufacturer/Vehicle Alterer shall attest that they are certified by the Federal Transit
Administration’s TVM Program at the time they are supplying a response.
Dimensions
Wheelbase- 148”
Overall Height- 107.7”
Overall length- 263.9”
Inside height- 77”
Gross Vehicle Weight Rating (GVWR)
GVWR of 10,000 min
Electrical
Wiring shall be TXL insulated. All wiring shall be color coded for identification. All wiring
should run inside the body in a protected area. Any wiring exposed to the elements shall
be in nonmetallic loom and securely clipped for maximum protection. Clips shall be
rubber or plastic coated to prevent their cutting through the wire insulation.
All accessories and electrical equipment expect head, parking lights, emergency flashers,
and wheelchair lift shall be wired through the vehicle ignition switch so s to be operative
only with the switch in ON or ACCESSORY position.
OEM backup alarm shall be provided.
Power wire to lift shall be securely clamped and protected in-line circuit breaker with
manual reset provided to lift.
Page 1 of 10
Bid Specifications for Bid No. 50-00144729
2.0 Body
General
Unibody raised roof van shall meet all stated specifications. The vehicle shall meet the
structural integrity of the stated van that is not degraded.
Vehicles shall meet all applicable requirements of the American with Disabilities Act
(ADA) as set forth in 49 CFR 37 and 38, issued 9/6/91; and 49 CFR 571, FMVSS 403 and
404, issued 12/27/02 with respect to the body structure.
Raised Roof
The raised roof shall be part of a unitized body constructed OEM vehicle.
Minimum of 77” center aisle height.
The raised roof shall be the Ford High roof option.
Passenger Entrance Door
The Passenger door sliding door shall Manual.
At the right side of the entry there shall be a 1 ¼’ in diameter assist pole installed
replacing the OEM handle and attaching at the floor.
Lift Door
The lift door shall be curbside of the vehicle rear of the rear axle.
The lift doors shall 2 dual manual swing out doors with a clear opening of 44”x74”. The
lift doors shall have shocks installed to help hold the doors open as well as help assist
with opening the doors.
Windows
Standard OEM power standard windows in the front doors shall be retained. The
windshield shall be OEM safety tinted type.
OEM wagon Van Chassis with Full OEM Windows shall be provided.
Provide the darkest available OEM tint Rear of the “B” pilar.
Page 2 of 10
Bid Specifications for Bid No. 50-00144729
Bumpers
OEM front and rear bumpers shall be provided.
Exterior Lighting
Exterior lighting shall meet all state and federal regulations.
Lighting requirements for the passenger entry and lift door areas must meet ADA
requirements.
Exterior Mirrors
OEM dual power, and black matte finish.
OEM mirrors with manual convex shall be provided.
Finishing Procedures
All bolts shall be treated to prevent corrosion.
All screws shall be fastened securely into panels or the vehicle so not jar loose.
All bare metal components shall be prepped with acrylic enamel paint to match the
vehicle.
3.0 Interior
Interior finish shall be completed in a highly professional manner. Interior color shall be
OEM with coordinating colors for any additions.
All sharp edges, sharp corners, and/or protrusions shall be eliminated for safety
reasons.
Vehicles shall meet all applicable requirements of the ADA as set forth in 49 CFR 37 and
38, issued 9/16/91; and 49 CFR 571; all applicable FMVSS requirements, including but
not limited to 208, 302, 403 and 404 with respect to the vehicle.
The chassis shall be an OEM wagon chassis with OEM interior.
Flooring
¾” plywood sub floor with vinyl non slip covering.
Seating
Driver’s seat shall be OEM deluxe high back, fully padded, contoured bucket type of
heavy-duty construction with arm rest. The driver’s seat shall be easily adjusted forward
and backward without the use of tools. OEM unibelt restraint system is required. Vinyl
upholstery shall be complimentary to the exterior of the vehicle and coordinate with the
passenger seats.
Page 3 of 10
Bid Specifications for Bid No. 50-00144729
Freeman Go-ES seating shall be provided for vehicles. All seating must be in compliance
with the new requirements of FMVSS 208 and all other applicable FMVSS requirements.
Bench seating shall be provided in single or double passenger sizes depending on
seating configurations shown in the attached drawings. Forward facing foldaway seats
(single or double) shall be provided over wheelchair stations.
All seats shall be heavy-duty construction with 1” 16 gauge reinforced tubular steel
frames. All metal surfaces shall be chemically cleaned, iron phosphate, painted and
baked to provide rugged, long lasting, rust resistant surfaces.
All seat backs should be a minimum of 16 gauge 1”x16” steel straps, welded to the seat
frame. All seat bottoms shall use a flexolator suspension system for even support.
Upholstery material shall be Freedman Level 1, transit vinyl. Seats shall be color-keyed
to the vehicle’s interior panels and exterior color. Foam padding shall be high density
(4.5 pcf) non-deformable foam. Load bearing values excess of 45ILD.
All seating shall meet or exceed all applicable FMVSS requirements, including, but not
limited to FMVSS 302, 207, and 208
The Seating Configuration for the One Wheelchair Van will be Driver and Copilot with 3
Streetside Double GO-ES Fixed and 2 Curbside Single GO-ES Fixed
The Seating Configuration for the Two Wheelchair Van will be Driver and Copilot with 1
Streetside Double GO-ES Fixed and 2 Curbside Single GO-ES Fixed and 1 Streetside
Double GO-ES Three Step Foldaway.
Passenger Restraint System
All seating comes complete with integrated 3 pt. seatbelts to be compliant with FMVSS
208 and all other applicable FMVSS regulations.
Interior Lighting
The interior of the vehicle shall be adequately illuminated. Overhead lighting fixtures
and courtesy lights shall be arranged in such a manner to provide lighting intensity at a
reading level.
Adequate light shall be provided for the instrument panel, with intensity controlled by
an instrument panel switch.
All door lights and the passenger entry door shall illuminate automatically when doors
are open.
Instrument Panel, Dash, and other controls
Dash shall coordinate with the interior trim color. Glove box with light and lock to be
provided (OEM)
Page 4 of 10
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

bid number description date issued bid open date/time help 3000022280 Lead & Copper

State Government of Louisiana

Bid Due: 12/28/2024

Follow Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge

Federal Agency

Bid Due: 3/01/2026

Follow Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging,

Federal Agency

Bid Due: 2/02/2026

Follow Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging,

Federal Agency

Bid Due: 2/02/2026

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.