Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2018 FBO #6090
SOLICITATION NOTICE

23 -- RFI - RTV for Long Island Nat'l

Notice Date
7/25/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCA Contracting;75 Barrett Heights Rd, Suite 309
 
ZIP Code
22556
 
Solicitation Number
36C78618Q9540
 
Response Due
8/2/2018
 
Archive Date
9/16/2018
 
Point of Contact
auvorie.benson@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: RFQ 36C78618Q9540 Post Date: 0726/2018 Response Date: 08/02/2018 12:00 PM EST Applicable NAICS: 336112 Light Truck and Utility Vehicle Manufacturing Classification Code: 2310 Passenger Motor Vehicles Set Aside Type: 100% Service Disabled Veteran Owned Small Business (SDVOSB) Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Long Island National Cemetery 2040 Wellwood Avenue Farmingdale, NY 11735-1211 Description: This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. This is a solicitation issued as a request for quotation (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 12:00 PM EST on 7/18/2018. Responses to this announcement will result in a Fixed-Price Requirements Contract with FOB Destination and the Government intends to make award under this announcement without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov. This solicitation is a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 / 01-24-2018. Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov The U.S. Department of Veterans Affairs, National Cemetery Administration, and the Long Island National Cemetery anticipates a purchase order for Kubota RTV. The applicable North American Industrial Classification System (NAICS) code for this procurement is 336112 Light Truck and Utility Vehicle Manufacturing, with a business size standard of 1,500 employees. The National Cemetery Administration is seeking quotes from Service Disabled Veteran Owned Small Businesses (SDVOSBs) qualified for the provision of the Kubota RTV delivery services. 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (June 2011) This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION). Accordingly, any contract resulting from this solicitation will include this clause. Salient Characteristics: 1 each, Kubota RTV-X1100CWL-A or similar item (1) External Rearview Mirror (1 Mirror)- 77700-V5059-External Rearview Mirror (1 Mirror) (1) Turn Signal/Hazard Light Kit K7731-99610-Turn Signal/Hazard Light Kit (1) Rear Utility Screen K7711-99280-Rear Utility Screen (1) Mud Guard - Front Wheels K7591-99520-Mud Guard - Front Wheels (1) Mud Guard - Rear Wheels K7591-99510-Mud Guard - Rear Wheels (1) Backup Alarm K7591-99640-Backup Alarm DIESEL ENGINE (No exceptions) Model Kubota D1105 3 Cyl. 68.5 cu in +24.8 Gross Eng HP 75 Amp Alternator TRANSMISSION VHT-X Variable Hydro Transmission Forward Speeds: Low 0 - 15 mph High 0 - 25 mph Reverse 0 - 17 mph Limited-slip Front Differential Rear differential lock HYDRAULICS Hydrostatic Power Steering with manual tilt-feature Hydraulic Cargo Dump Hydraulic Oil Cooler FLUID CAPACITY Fuel Tank 7.9 gal Cooling 8.3 qts Engine Oil 4.3 qts Transmission Oil 1.8 gal Brake Fluid 0.4 qts CARGO BOX Width 57.7in Length 40.5 in Depth 11.2 in Load Capacity 1102 lbs Vol. Capacity 15.2 cu ft + Manufacturer Estimate KEY FEATURES Factory Cab w/ A/C, Heater, Defroster Fully opening roll-down door windows Digital Multi-meter Speedometer Pre-wired w/ speakers/antenna for stereo Front Independent Adjustable Suspension Rear Independent Adjustable Suspension Brakes - Front/Rear Wet Disc Rear Brake Lights / Front Headlights 2 Hitch Receiver, Front and Rear Deluxe 60/40 split bench seats with driver's side seat adjustment Underseat Storage Compartments Deluxe Front Guard (radiator guard, bumper, and lens guard) SAFETY EQUIPMENT SAE J2194 & OSHA 1928 ROPS Horn Dash-mounted Parking Brake Spark Arrestor Muffler Retractable 2-point Seat Belts DIMENSIONS (No exceptions) Width 63.2 in Height 79.5 in Length 120.3 in Wheelbase 80.5 in Tow Capacity 1300 lbs Ground Clearance 10.4 in Suspension Travel 8 in Turning Radius 13.1 ft TIRES AND WHEELS (No exceptions) TURF FRONT AND REAR 25X10 4 PLY Evaluation of Proposals: 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (Lowest Price Technically Acceptable) Technical Capabilities Warranty Past Performance (if applicable) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. NOTE: OFFERORS MUST PROVIDE DESCRIPTIVE LITERATURE, TO INCLUDE CURRENT WARRANTY PROVISIONS TO SUPPORT THE GOVERNMENT S EVALUATION OF THE OFFERED PRODUCT(s). Proposal Format and Submission Information: Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors shall include the following information as part of their quote: Legal Business/Company Name (as listed in www.sam.gov) DUNS Number Point of Contact Name Telephone number Email Address Proposals shall be submitted via email to auvorie.benson@va.gov with subject line to say: RFQ 36C78618Q9540 RTV for Long Island National Cemetery, (Company s Name), (DUNS #). Files shall be in either Microsoft Word or Adobe pdf formats. Questions pertaining to this announcement shall be sent by email to: auvorie.benson@va.gov. Telephone inquiries will not be accepted. Provisions: The full text of FAR provisions and clauses may be accessed electronically at: http://farsite.hill.af.mil/ and https://www.acquisition.gov/?q=browsefar The following solicitation provisions apply to this acquisition: FAR 52.204-7 System for Award Management FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-22 Alternative Line Item Proposal FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors Commercial Items FAR 52.212-3 Offeror Representations and Certifications Commercial Items FAR 52.215-1 Instructions to Offerors Competitive Acquisition FAR 52.232-15 Progress Payments Not Included FAR 52.252-3 Alterations in Solicitation FAR 52.252-5 Authorized Deviations in Provisions FAR 52.203-98 (DEVIATION) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation VAAR 852.273-74 Award without Exchanges Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following solicitation clauses apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-12 Unique Entity Identifier FAR 52.204-13 System for Award Management Maintenance FAR 52.204-18 Commercial and Government Entity Code Reporting FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.208-9 Contractor Use of Mandatory Sources of Supply or Services FAR 52.211-16 Variation in Quantity FAR 52.211-17 Delivery of Excess Quantity FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.219-9 Small Business Subcontracting Plan FAR 52.219-14 Limitations on Subcontracting FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 FAR 52.223-5 Pollution Prevention and Right-to-Know Information FAR 52.227-1 Authorization and Consent FAR 52.232-1 Payments FAR 52.232-8 Discounts for Prompt Payments FAR 52.232-11 Extras FAR 52.232-23 Assignments of Claims FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.242-15 Stop-Work Order FAR 52.242-17 Government Delay of Work FAR 52.243-1 Changes Fixed-Price FAR 52.246-2 Inspection of Supplies Fixed Price FAR 52.246-15 Certificate of Conformance FAR 52.246-16 Responsibilities for Supplies FAR 52.246-17Warranty of Supplies of a Noncomplex Nature FAR 52.247-34 F.O.B. Destination FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price)(Short Form) FAR 52.249-8 Default (Fixed-Price Supply and Service) FAR 52.250-1 Indemnification Under Public Law 85-804 FAR 52.251-1 Government Supply Sources FAR 52.253-1 Computer Generated Forms FAR 52.223-3 Hazardous Material Identification and Material Safety Data FAR 52.252-6 Authorized Deviations in Clauses FAR 52.203-99 (Deviation) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements VAAR 852.203-70 Commercial Advertising VAAR 852.211-70 Service Data Manuals VAAR 852.211-73 Brand Name or Equal VAAR 852.215-70 Service Disabled Veteran Owned and Veteran Owned Small Business Evaluation Factors VAAR 852.232-72 Electronic Submission of Payments Requests VAAR 852.246-70 Guarantee VAAR 852.246-71 Inspection FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (January 2017) the following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(19), (b)(21), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(28)(Alt I), (b)(30), (b)(33)(i), (b)(34), (b)(44), (b)(48), (b)(51) 001AL-11-15-1 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set Aside (DEC 2009). Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-JUL-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q9540/listing.html)
 
Place of Performance
Address: Long Island National Cemetery;2040 Wellwood Avenue;Farmingdale, NY
Zip Code: 11735-1211
Country: USA
 
Record
SN05006869-F 20180727/180725230841 (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.