Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2016 FBO #5420
DOCUMENT

38 -- Cape Canaveral National Cemetery (Brand Name or Equal to Toolcat 5600 G-Series - Attachment

Notice Date
9/23/2016
 
Notice Type
Attachment
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;1700 Clairmont Rd, 4th Floor;Decatur, GA 30033
 
ZIP Code
30033
 
Solicitation Number
VA78616Q0632
 
Response Due
9/27/2016
 
Archive Date
10/17/2016
 
Point of Contact
Suzanne Childs
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The National Cemetery Administration has issued solicitation number VA786-16-Q-0632 as a Request for Quotation (RFQ). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a solicitation is attached. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-89. This combined synopsis/solicitation for commercial items is in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This acquisition is 100% set aside for Service-Disabled, Veteran-Owned Small Businesses. The NAICS Code is 333120, Construction Machinery Manufacturing; Small Business Size Standard is 1250 Employees. The Contractor shall deliver the following items, FOB Destination. Delivery shall be completed within sixty (60) calendar days ARO, to the following address: Cape Canaveral National Cemetery 5525 US Highway 1 Mims, FL 32754-4826 CLIN: 0001 ITEM: Toolcat with heater and air-condition, high flow package, turf tires, attachment control, bucket, pallet fork frame & teeth, auger drive, auger mounting frame, std duty bit (Brand-name or equal to Bobcat Toolcat 5600 G-Series) QTY: One (1) Each SALIENT / PERFORMANCE CHARACTERISTICS: Description Adjustable Vinyl Seats All-Wheel Steer Automatically Activated Glow Plugs Auxiliary Hydraulics Variable Flow with dual direction detent Beverage Holders Bob-Tach Boom Float Cargo Box Support Cruise Control Deluxe Operator Canopy includes: Front Window, Rear Window, Front Wipers, and Electrical Power Port Lower Engine Guard Limited Slip Transaxle Engine and Hydraulic Monitor with Shutdown Front Work Lights Full-time Four-Wheel Drive Horsepower Management Roll Over Protective Structure (ROPS). Meets Requirements of SAE-J1040 & ISO 3471 Falling Object Protective Structure (FOPS) Meets Requirements of SAE-J1043 & ISO3449, Level I Dome Light Part No. M1221 Hydraulic Dump Box, Instrumentation: Hourmeter, Job Hours, Speedometer, Tachometer, Fuel Gauge, Engine Temperature Gauge and Warning Lights Joystick, Manually Controlled with Lift Arm Float Lift Arm Support Parking Brake, automatic Power Steering with Tilt Steering Wheel Radiator Screen Rear Receiver Hitch Seat Belts, Shoulder Harness Spark Arrestor Muffler Suspension, 4-wheel independent Tires: 27 x 10.5-15 (8 ply), Lug Tread Toolcat Interlock Control System (TICS) Two-Speed Transmission Warranty: 1 Year, Unlimited Hours Cab Enclosure with Heater & Air ConditioningM1221-R02-C03 High Flow PackageM1221-R03-C02 29 X 12.5 Turf TiresM1221-R05-C05 Attachment ControlM1221-R08-C02 62" General Purpose Bucket7114585 Pallet Fork Frame6712927 ---48" Pallet Fork Teeth6540182 15C Auger Drive Unit6809442 ---Auger Mounting Frame - Loaders and Compact6812980 Tractors ---Standard Duty Bit, 18"6666895 NOTE: OFFERORS MUST PROVIDE DESCRIPTIVE LITERATURE, TO INCLUDE CURRENT WARRANTY PROVISIONS TO SUPPORT THE GOVERNMENT'S EVALUATION OF THE OFFERED PRODUCT(S). (See Clauses FAR 52.211-6 Brand Name or Equal and VAAR 852.211-73 Brand Name or Equal) Questions pertaining to this solicitation must be sent by e-mail to: suzanne.childs@va.gov no later than 10:00 A.M. ET, September 26, 2016. Telephone inquiries will not be accepted. Questions received after the specified date and time will not be considered. Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov. *NOTE* SDVOSBs must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov when offers are submitted and at the time of award. (See Clause 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.) Offers received from concerns that are not Service-disabled Veteran-owned Small Business (SDVOSB) concerns shall not be considered and will not be evaluated. Offerors are responsible for obtaining any and all amendments or additional information at http://www.fbo.gov. Offers are due at 11:00 A.M. ET on September 27, 2016. Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors shall include the following information printed on each offer: "Legal Business/Company Name (as it is indicated in www.sam.gov) "DUNS Number "Point of Contact Name "Telephone number "E-Mail Address Evaluation Process: The Government intends to award a purchase order resulting from this solicitation using the evaluation method "Lowest Price Technically Acceptable." Offerors pricing will be reviewed for reasonableness and realism. For evaluation purposes the lowest price will be determined by calculating the total price of Contract Line Item Numbers (CLINs) in order to determine a total amount. To be considered technically acceptable, offers must be determined by the Government to fully meet or exceed all salient characteristics specified in this solicitation on a pass-fail basis. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. Provisions 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Deviation 2015-02) (Feb 2015), 52.211-6 Brand Name or Equal apply to this acquisition. Clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clauses 52.203-99 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-02)(Feb 2015), 52.232-40 Providing Accelerated Payments To Small Business Subcontractors, 52.247-34 F.O.B. Destination, 52.246-2 Inspection of Supplies--Fixed-Price apply to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-10, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.222-50, 52.222-55, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/index.html. The following VAAR Clauses will apply: 852.203-70 Commercial Advertising, 852.211-73 Brand name or equal, 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016)(DEVIATION), 852.211-73 Brand name or equal (Fill-in: All CLINS), 852.232-72 Electronic Submission of Payment Requests, 852.246-70 Guarantee (Fill-in: 90 days), 852.246-71 Inspection. The full text of a VAAR clause may be accessed electronically at http://www.va.gov/oal/library/vaar/. THE ATTACHED LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUN 2011) APPLIES TO THIS ACQUISITION. All offers must be submitted through the Department of Veterans Affairs Electronic Management System (eCMS) Vendor Portal website to be considered. 1.Please go to the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login section located on the far left side of the webpage and click on 'Request a user account' to register. 2.In the event an Offeror is unable to submit an offer through the Vendor Portal, prior to the closing date and time, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Submission of offers by email will not be accepted. Offer transmission/uploads must be completed by the date/time specified. Late or incomplete Offers will not be considered. 3.If Offerors are still unable to submit an offer through VA eCMS Vendor Portal, the Contracting Officer may elect to accept submission of a CD version of the offer package as long as VA eCMS Vendor Portal registration requirements have been fulfilled and Offerors have contacted the VAAS helpdesk for assistance in their submission of an offer. A copy of the email correspondence with the VAAS helpdesk will be forwarded to the Purchasing Agent, Suzanne Childs, at suzanne.childs@va.gov as proof of email correspondence. If a phone conversation with the VAAS helpdesk proves unsuccessful in an Offeror's ability to submit an offer prior to the closing date via Vendor Portal, the Offeror shall submit to the Contracting Officer correspondence that contains the date, time, and name of helpdesk representative the Offeror contacted to include the reasons why the Offeror could not submit an offer via the Portal. This document will be submitted together with the CD version of the offer. In the event an Offeror has not requested offer submission assistance to the VAAS help desk prior to the closing date, nor has submitted correspondence that identifies reasons why the Offeror could not submit an offer via Vendor Portal, the Offeror will be considered non-responsive and the CD version of the offer will not be accepted. 4.If a CD version of the offer will be accepted by the Contracting Officer, the electronic version of the offer may be submitted as an MS Word document in.doc or.docx format or Portable Document Format (PDF). Offerors who meet stated requirements may mail or handcarry the CD version of their offer to the address provided by the Contracting Officer. Offerors are responsible to ensure offers are received no later than the date and time specified in the solicitation. Late or incomplete offers will not be considered. All offers are subject to all terms and conditions of this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78616Q0632/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-16-Q-0632 VA786-16-Q-0632_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3022786&FileName=VA786-16-Q-0632-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3022786&FileName=VA786-16-Q-0632-000.docx

 
File Name: VA786-16-Q-0632 852.219-10.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3022787&FileName=VA786-16-Q-0632-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3022787&FileName=VA786-16-Q-0632-001.pdf

 
File Name: VA786-16-Q-0632 LIMITATIONS ON SUBCONTRACTING.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3022788&FileName=VA786-16-Q-0632-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3022788&FileName=VA786-16-Q-0632-002.docx

 
File Name: VA786-16-Q-0632 52.203-99.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3022789&FileName=VA786-16-Q-0632-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3022789&FileName=VA786-16-Q-0632-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04285858-W 20160925/160923234755-54c9c8cc75e131812e152d46798f24b9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.