Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
DOCUMENT

24 -- Memphis National Cemetery FY17 EOFY Buy: (1) Grasshopper Mower and Accessories - Attachment

Notice Date
8/8/2017
 
Notice Type
Attachment
 
NAICS
333112 — Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration (NCA);NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
VA78617Q0666
 
Response Due
8/15/2017
 
Archive Date
9/14/2017
 
Point of Contact
Tene Becknell
 
E-Mail Address
ecknell@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
4 This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued. Solicitation number VA786-17-Q-0666 is issued as a Request for Quotation (RFQ) from interested Quoters. We anticipate a 100% Veteran Owned Small Business (SDVOSB) Open Market set-aside for this procurement so this requirement will be a SDVOSB Set Aside. To receive consideration as an SDVOSB concern, your company must have a current SDVOSB certification/registration in the Veteran Information Pages (VIP) database at www.vip.vetbiz.gov. The North American Industry Classification System (NAICS) code for this requirement is 333112 Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing with a size standard in number of employees at 500 employees. Any interested Quoter that does not meet the capability and size standard under this NAICS code, should not submit a response to this Combined Synopsis/Solicitation quotation request. Quoters must also have a current registration in the System for Award Management (SAM) at www.sam.gov and are encouraged to go to the SAM database www.sam.gov to verify active status to avoid any possible delays in contract award. Company Online Representations and Certifications (Reps and Certs) information must also be current in SAM database to qualify to receive a contract award. Description of Commodity Need: The Memphis National Cemetery has an immediate need for the following: (1) each, Item #534177: Model 329B/61 Grasshopper Zero Turn Mower and Accessories* *(Brand Name or Equal) Item Specifications for Model 329B/61 Grasshopper Zero Turn Mower* Quantity: One (1) EACH Model: 329B/61* Item #: 534177 MOWER ENGINE: Type/Displacement/Cylinders-B&S Vanguard Big Block/54.7 cu. In (896 cc)/V-twin Crankshaft/Cooling System-Horizontal/Air Fuel/Capacity-Gasoline-unleaded/12 U.S. Gal (45.4 l) Air Cleaner-Heavy-duty, remote-mounted engine air cleaner with replaceable element DURAMAX DECKS: Construction (Robotic-welded steel) Double layered, 10-guage plus 7-guage formed-steel laminate spindle plane 0.313 in. (7.95mm) thick-more than 25% thicker than0.25 in. (6.35 mm)-with 7-guage skirts for geometric strength. Spindle plan is 0.9 in (22.86 mm) thick in stress zones. Anvil-edge design with 0.5 in. (12.7 mm) reinforcement on front edge of deck. Blades-(3) 21 in. (53.3 cm)-high-lift blades standard Sentry Spindle Assemblies-Sentry Spindle System, 2.5 cm (approx. 1 in.) O.D. shaft. Double bearings, greaseable from top of deck. Spindle head designed to eliminate fiber wrap. Spindle cones shield housing and lower bearings from fiber wrap and dirt ingestion. Spindle Housing-8 in. (20.3cm)-diameter with 6-bolt pattern-Machined aluminum QuikAjust Drop Pin Height Adjustment-Foot-controlled height adjustment pedal with pin Cutting Height Range-1.0-5.0 in. (2.5-12.7 cm) Blade Drive-Belt drive with single Kevlar V-belt and idler arm tensioning STARTER & ELECTRICAL SYSTEM: Maintenance Free Battery-12 Volt Interlock System-Prevents engine start when PTO clutch is engaged or steering levers are in drive position. Allows operator dismount without engine shutdown only when PTO is disengaged and steering levers are locked in neutral. ULTIMATE OPERATOR STATION: USR Seat-Iso-mounted, high back, deep cushioned, foam padded, Cordura-covered, padded arms/backrest with lumbar support and coil-spring suspension. Operator Protection-ROPS with seat belt Suspension-InFrame suspension with iso-mounted seat and footrest Console-Mounted Instruments-Low engine oil pressure and parking brake warning lights, combination electronic fuel gauge/hour meter, ignition and push/pull PTO switches. Choke integrated with throttle lever. TRANSMISSION & STEERING: Type-Design-matched G2 hydrostatic system with auxiliary cooling fans, HydroGear variable displacement 16 cc piston-type pumps and high-torque parker wheel motors. Filtration/Hydro Fluid-7 micron absolute, spin-on/Grasshopper CoolTemp Hydro-Max fluid withstands high and low temperature extremes for 1,000-hour change intervals. Speed-0-10.5 mph (0-16.9 kph) forward and 0-6.0 mph (0-9.7 kph) reverse Turning Radius-True zero degree, turns within own length with counter-rotating, independently powered drive wheels. Steering-One-or two-handed operation with adjustable Hydra-Smooth dual levers that automatically return to neutral from either forward or reverse position. Brakes-Dynamic braking through hydrostatic transmission. Disc parking brakes, one for each drive wheel. Clutch-Heavy-duty electric MagStop blade clutch/brake POWER UNIT TIRE SIZES: Drive Wheels (4-ply rated):24x12.00x12 turf Front Casters: 13x6.50x6; rib tread, pneumatic with greaseable, double-sealed bearings to protect from grass wrap POWER UNIT DIMENSIONS WITH DURAMAX DECKS: Mulch & 4XRD Width*/Length: 62.5 in. (158.8 cm)/81.0 in. (205.7 cm) Height (seat back/seat cushion): 47.0 in. (119.4 cm)/31.5 in. (80.0 cm) Height (ROPS) 70.0 in (177.8 cm) WEIGHT: Uncrated**:1280 lbs. (580.6 kg) Accessories* (1) each, Item #: 533551 Foldable ROPS (1) each, Item #: 533551 Mulching Kit (1) each, Item #: 503187 Aluminum Canopy Submitting Quote: *NOTE*: IT IS THE CONTRACTOR S RESPONSIBILITY FOR ENSURING PROPER SUBMISSION AND RECEIPT OF YOUR QUOTATION AND SUPPORTING DOCUMENATION TO THE DESIGNATED CONTRACTING OFFICER (CO) PRIOR TO THE SUBMISSION DEADLINE FOR THIS COMBINED SYNOPSIS/SOLICITATION REQUIREMENT. Quoters shall submit their quote (in.pdf format only) via email on company letterhead to Ms. Tené Becknell @ tene.becknell@va.gov and MUST include the following additional information: Detailed item descriptions as specified above Unit price/Unit quantity/Overall Total Pricing Applicable Shipping/Handling Charges (including dealer assembly set-up, as applicable) Proposed delivery date Company Name, address, telephone number, email address of Quoter (No PO Box Addresses) Company DUNS number Confirmation of your company s status as a CERTIFIED Veterans Information Pages (VIP) certified Service Disabled/Veteran Owned Businesses (SDVOSB/VOSB) concern. Certification (must be active/current) Company Capabilities Statement 336112 NAICS Code Verification Proof of current System for Award Management (SAM ) registration (completed copy of FAR 52.212-3 - Quoters Representations and Certifications- Commercial Items). Terms of any express warranty (if applicable) Quoters are hereby advised that any Quoter-imposed terms and conditions which deviate from the Government s material terms and conditions established, may render the Quoters s quote unacceptable, and thus ineligible for award. The provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014). The Government will award a contract resulting from this solicitation to the responsible Quoter whose Quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Quotes based on (LPTA) Lowest Priced Technically Acceptable. All quotes shall be subject to evaluation by Government personnel. The Government reserves the right to award without discussions based upon the initial evaluation of quotes. The Quote will be evaluated strictly in accordance with its written content. Quotes which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient. Award will be made to Quoter whose price for items are lowest among all quotes that were deemed to be technically acceptable. Quoters who fail to meet the technical requirements of the solicitation will be rated unacceptable and thus, ineligible for award. Quotes will be evaluated based on the following factors listed as shown below: TECHNICAL EVALUATION APPROACH. The evaluation process will consider whether the quote demonstrates a clear understanding of the technical specifications or features involved in meeting the requirements and whether the Quoter s methods and approach have adequately and completely considered, defined and satisfied the requirements. Descriptive literature (and supplemental technical Quotes, if deemed necessary by Quoter to supplement the descriptive literature) will be evaluated to determine whether the quoted items meet all of the technical requirements (described above) and are thus considered technically acceptable. Any quoted product that does not meet all of the salient characteristics will be deemed technically unacceptable, and thus ineligible for award. PRICE EVALUATION APPROACH. Proposed pricing shall be provided on a unit price line basis. The Government will evaluate Quotes by adding the total of all line item prices. Evaluation Process: A Responsibility Determination will also be made in accordance with FAR 9.1 Responsible Prospective Contractors. The Government will make use of several data bases to aid in establishing a more complete picture of financial risk, responsibility and ability the databases include, but are not limited to: Experian, PPIRS, EPLS, CPARs, VetBiz (VIP) and the Small Business Administration (SBA). ALL QUESTIONS SHALL BE DIRECTED TO THE CONTRACTING OFFICER ONLY! Please do not contact the Memphis National Cemetery regarding this solicitation. Interested Quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted in writing to Ms. Tené Tarver Becknell at tene.becknell@va.gov. All questions must be received by no later than August 11, 2017 at 12:00PM (Eastern) to allow a reasonable response time for Buyer to respond to questions prior to close of the solicitation. No questions will be accepted after 12:00 p.m. (Eastern) Friday, August 11, 2017 as this solicitation will close on Tuesday, August 15, 2017 at 12:00 pm (Eastern). Due Date for Final Quote Submission: Quotes must be received by 12:00 p.m. (Eastern) Tuesday, August 15, 2017 and are to be emailed to Tené Becknell at tene.becknell@va.gov. CLAUSES: SBA ACT 8(D)(13)(B); DIGNITY STANDARDS FAR 52.212-4, Contract Terms and Conditions (JAN 2017) applies to this acquisition. Addendum to The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017) applies to this acquisition. Under paragraph B, the following clauses are incorporated: 52.203-18, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (JAN 2017). PROVISIONS AND CLAUSES: CLAUSES INCORPORATED BY REFERENCE: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.203-3, Gratuities (APR 1984) 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistle Blower Rights (APR 2014) 52.204-4, Printed of Copied Double-Sided on Recycled Paper (MAY 2011) 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) 52.211-17 Delivery of Excess Quantities (SEP 1989) 52.223-2, Affirmative Procurement of Bio-based Products Under Service and Construction Contracts (SEP 2013) 52.246-1 Contractor Inspection Requirements (APR 1984) 52.247-34, F.O.B. Destination (NOV 1991) 52.246-16 Responsibility For Supplies (APR 1984) Limitations on Subcontracting-Monitoring and Compliance (JUN 2011) http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm SOLICIATION PROVISIONS: 52.212-1, Instructions to Quoters- Commercial Items (JAN 2017) 52.209-5, Certification Regarding Responsibility Matters (OCT 2015) 52.209-5, Representation By Corporations Regarding An Unpaid Tax Liability Or Felony Conviction Under Any Federal Law (DEVIATION) (MAR 2012) 52.209-7, Information Regarding Responsibility Matters (JUL 2013) 52.216-1 Type Of Contract (APR 1984) 52.233-2, Service of Protest (Sep 2006) 52.237-1 Site Visit (APR 1984) 52.212-2, Evaluation-Commercial Items (OCT 2014) 52.212-3, Quoter Representations and Certifications-Commercial Items (JAN 2017) ADDITIONAL PROVISIONS AND CLAUSES: SOLICITATION PROVISION INCORPORATED BY REFERENCE: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7, System for Award Management (JUL 2013) 52.204-16, Commercial and Government Entity Code Reporting (JAN 2016) 52.204-17, Ownership Or Control Of Quoter (JUL 2016) 52.211-6, Brand Name or Equal (AUG 1999) 52.223-1, Biobased Product Certification (MAY 2012) 52.225-25, Prohibition on Contracting With Entities Engaging in Certain Activities Or Transactions Relating to IRAN-Representation and Certifications (OCT 2015) VAAR CLAUSES: The VAAR Clauses that may be applicable to this acquisition are: 852.203-70, Commercial Advertising (JAN 2008) 852.203-71, Display of Department of Veterans Affairs Hotline Poster (DEC 1992) 852.211-73 Brand Name or Equal (JAN 2008) 852.211-75, Product Specifications (JAN 2008) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) 852.228-70, Bond Premium Adjustment (JAN 2008) 853.232-72 Electronic Submission Of Payment Request (NOV 2012) 852.233-71 Alternate protest procedure (JAN 1998) 852.246-71, Inspection (JAN 2008) 852.270-1, Representatives of Contracting Officers (JAN 2008) Information concerning clauses and provision incorporated by reference may be obtained in Full text at https://www.acquisition.gov. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to conduct business with or enter into a contract award with any company or its affiliates or otherwise, that pay for the information provided in this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617Q0666/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-Q-0666 VA786-17-Q-0666.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3718684&FileName=VA786-17-Q-0666-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3718684&FileName=VA786-17-Q-0666-000.docx

 
File Name: VA786-17-Q-0666 S02 - Combined Synopsis Solicitation - Memphis Mower 080817.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3718685&FileName=VA786-17-Q-0666-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3718685&FileName=VA786-17-Q-0666-001.pdf

 
File Name: VA786-17-Q-0666 DIGNITY CLAUSE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3718687&FileName=VA786-17-Q-0666-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3718687&FileName=VA786-17-Q-0666-002.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: Memphis National Cemetery;3568 Townes Avenue;Memphis, TN 38122
Zip Code: 38122
 
Record
SN04618107-W 20170810/170808232645-c3b3369fe02edd3199c0cdfd71c1e127 (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.