Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2017 FBO #5641
DOCUMENT

38 -- Commodity: John deere 50G excavator for use at West Virginia National Cemetery - Attachment

Notice Date
5/2/2017
 
Notice Type
Attachment
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
VA78617Q0452
 
Response Due
5/5/2017
 
Archive Date
7/4/2017
 
Point of Contact
Auvorie Benson
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The National Cemetery Administration has issued solicitation number VA786-17-Q-0427 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 1,250 Employees. The Contractor shall deliver the following items, FOB Destination. Delivery shall be completed within sixty (60) calendar days ARO, to the following address: West Virginia National Cemetery 42 Veterans Memorial Lane Grafton, WV 26354 CLIN: 0001 John Deere 50G Tier 4 Final or equal to. (See Product Description for specs) Manufacturer John  Deere Model 50G Tier 4 Final DRIVELINE Emission Rating  Tier 4   Engine Manufacturer  Yanmar   Number Of Cylinders (Per Engine)  4   Displacement, ltr (Inches ³)  2.19 (134)   Rated speed, rpm  2400   Engine Output - Net, kW (hp)  26.8 (35.9)   Number Of Carrier Rollers - Each Side  1   Number Of Track Rollers - Each Side  4   Track Shoe Width, mm (inches)  400 (16)   Cab with air condition and heat DIMENSIONS Transport Length Mono Boom, mm (ft/in)  5470 (17 ft 11 in)   Transport Height - Maximum, mm (ft/in)  2530 (8 ft 4 in)   Overall Width, mm (ft/in)  2000 (6 ft 7 in)   Track Length On Ground, mm (ft/in)  2000 (6 ft 7 in)   Undercarriage Overall Length, mm (ft/in)  2500 (8 ft 2 in)   Tailswing Radius, mm (ft/in)  1000 (3 ft 3 in)   Ground Clearance, mm (inches)  340 (13)   Dozer Blade Height, mm (inches)  375 (15)   Dozer Blade Width, mm (ft/in)  2000 (6 ft 7 in)   Width over standard tracks, mm (ft/in)  2000 (6 ft 7 in)   Track Gauge, mm (ft/in)  1600 (5 ft 3 in)   Digging Reach - Mono Boom, mm (ft/in)  5960 (19 ft 7 in)   Dig Height - Mono Boom, mm (ft/in)  5750 (18 ft 10 in)   Dump Height - Mono Boom, mm (ft/in)  4070 (13 ft 4 in)   Dig Depth - Mono Boom, mm (ft/in)  3530 (11 ft 7 in)   Boom Max Oscillation Minimum 80 degree (no exception) Standard Dipper, mm (ft/in)  1380 (4 ft 6 in)   Bucket with Teeth 36 Bucket without Teeth 36 CAPACITIES Number Of Batteries  1   Voltage, V  12   PERFORMANCE Slew Speed, rpm  9   Travel Speed - High, kph (mph)  4.2 (2.6)   Dipper Tearout, kN (lbf)  24 (5401)   Bucket Breakout, kN (lbf)  36.8 (8267)   Main Pumps - Maximum Flow, lt/min (gallons (US) / min)  120 (31.7)   WEIGHTS Operating Weight, kg (lbs)  4920 (10847)   Weight Max: 11,000 Please include shipping in the quote. 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: auvorie.benson@va.gov no later than 3:00 pm ET, May 3, 2017. 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 and VOSBs 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 9:00 A.M. ET on May 5, 2017. All submissions must be submitted via email. No quotes will be accepted through phone. 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. 1. 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/VA78617Q0452/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-Q-0452 VA786-17-Q-0452.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3461315&FileName=VA786-17-Q-0452-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3461315&FileName=VA786-17-Q-0452-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: West Virginia National Cemetery;42 Veterans Memorial Lane;Grafton, WV
Zip Code: 26354
 
Record
SN04493684-W 20170504/170502235917-c1f0bce68c830b00f9bc88de6a8dc770 (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.