Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2018 FBO #6102
DOCUMENT

24 -- Wacker Neuson Equipment - Attachment

Notice Date
8/6/2018
 
Notice Type
Attachment
 
NAICS
423810 — Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration;75 Barrett Heights Road, Suite 309;Stafford, VA 22556
 
ZIP Code
22556
 
Solicitation Number
36C78618Q9607
 
Response Due
8/17/2018
 
Archive Date
10/16/2018
 
Point of Contact
Henry C. Dukes
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C78618Q9607 Posted Date: 08-06-2018 Original Response Date: 08-17-2018 Current Response Time: 2:00pm (EST) Product or Service Code: 2420 Set Aside: Service Disabled Veteran Owned Small Business NAICS Code: 423810 Contracting Office Address Department of Veterans Affairs National Cemetery Administration 75 Barrett Heights Road, Suite 309 Stafford, VA 22556 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The associated North American Industrial Classification System (NAICS) code for this procurement is 423810. The National Cemetery Administration South East District is seeking quotes from Service Disabled Veteran Own Small Business (SDVOSB) that are qualified to provide New Wacker Equipment listed below. All interested companies shall provide a quote for the following equipment: Line Item Description Qty Unit Price Reception Area 0001 Wacker Neuson DW50 Dumps. Specification Requirements: Tier 4 74HP Deutz Diesel Engine Payload: 11,023 Ibs. Permanent Four - Wheel Drive Hydrostatic Drive Flashing Beacon Canopy Mirrors Adjustable Seat w/Seat Belt Articulated Pendulum Joint Backup Alarm (1) with Turf Tires (1) with Standard Tires Delivery Address: Jacksonville National Cemetery 4083 Lannie Road Jacksonville, FL 32218-1247 2 0002 Wacker Neuson, Front End Dumper DW-50 Specification Requirements: Operating Data: Payload 11,023 Ibs Shipping weight ROPS 7099 Ibs Skip capacity water 1.67 yd3 Skip capacity struck 2.58 yd3 Skip capacity heaped 3.47 yd3 Engine/Motor: Liquid cooled, Turbo Charged, T4F Deutz Engine/Motor: Model TDC 2.9 L4 Engine/Motor: Diesel Engine Performance: 74.5 hp Displacement: 178.4 in3 Engine RPM: 2600 rpm Travel Speed: 17.4 mph Articulation Angle: 37o Oscillation Angle: 15o Hydraulic Power Swivel Skip: 180o Left/Right Full Tip Skip Clearance: 45.7 in Turning Radius: 161 in Grade Ability: 50 % L x W x H ROPS: 177 x 75.4 x 110.8 in Steering Pump Axial Piston Pump: Flow rate 33 US gpm, Operating pressure 5,221 psi Duty Pump Gear Pump: Flow rate 12 US gpm Operating Pressure: 2,900 psi Fuel Tank Capacity: 11.9 US gal Hydraulic Oil Tank: 13 US gal Sound Level: (LwA) 101 dB(A) Tires: Turf Type Maintenance: Here at Fort Jackson National Cemetery we do not have a maintenance shop with a mechanic on duty so having the vendor who can supply OEM parts is essential and much more cost effective. Local parts and service support would be provided by the Local Wacker-Neuson Dealer. There would be reduced turnaround on maintenance and parts and parts. Also, an important fact is, that while maintenance is taking place on a piece of equipment a loaner piece of equipment could be acquired to complete the cemetery s mission. Delivery Address: Fort Jackson National Cemetery 4170 Percival Road Columbia, SC 29229 1 0003 Wacker Neuson, Dumper DW90 Specification Requirements: Operating Data: Payload: 19,842 lbs. Shipping weight ROPS: 12,486 lbs. Shipping weight cabin: 12,927 lbs. Operating weight ROPS: 12,667 lbs. Skip capacity Leveled: 4.32 yd3 Skip capacity Heaped: 5.75 yd3 Skip capacity Water: 2.69 yd3 Engine/Motor: Engine/Motor manufacturer: Perkins Engine/Motor type: 854F Engine/Motor: Water-cooled 4-cylinder turbo diesel Engine performance ISO: 3046/1 73.8 hp Displacement: 207.4 in3 Engine RPM: 2500 rpm Emissions: T4f Traction drive 4WD, Hydrostatic Travel speed: 15.5 mph Articulation angle: 29o Pendulum angle: 11o Turning radius: 257.9 in Grade ability: 50 % Tires: Michelin / Turf Tires L x W x H ROPS 204 x 97 x 100 in Steering pump Axial piston pump: Flow rate: 45.2 US gpm Operating pressure: 6,527 psi Duty pump Gear pump Flow rate: 18 US gpm Operating pressure: 3,408 psi Fuel tank capacity: 21.9 US gal Hydraulic oil tank: 14.5 US gal Sound level (LwA): 102 dB(A Overall length 204.1 in Wheelbase 106.3 in Rear overhang 50.9 in Dumping distance 19. In Width 97 in Skip width swivel skip 89.5 in Height total (ROPS) 132 in Height tilted ROPS 100.2 in Height cabin 127.7 in Dump height max. 46 in Skip height tilted 152.2 in Skip height 83.5 in Dumping distance 7.4 in Ground clearance 16 in Dump angle 40o Maintenance: Here at Sarasota National Cemetery we do not have a maintenance shop with a mechanic on duty so having the vendor who can supply OEM parts is essential and much more cost effective. Local parts and service support would be provided by the Local Wacker-Neuson Dealer. There would be reduced turnaround on maintenance and parts and parts. Also, an important fact is, that while maintenance is taking place on a piece of equipment a loaner piece of equipment could be acquired to complete the cemetery s mission. Delivery Address: Sarasota National Cemetery 9810 State Road 72 Sarasota, FL 34241 1 0004 Wacker Neuson, Dumper 3001 Specification Requirements: Operating Data: Payload: 6,614 lbs. Shipping weight ROPS: 5,578 lbs. Shipping weight cabin: 6,063 lbs. Operating weight ROPS: 6,063 lbs. Skip capacity Leveled: 1.7 yd3 Skip capacity Heaped: 2.3 yd3 Skip capacity Water: 1.2 yd 3 Engine/Motor: Engine/Motor manufacturer: Perkins Engine/Motor type: 403F-15T Engine/Motor: Water-cooled 3-cylinder diesel engine Engine performance ISO: 3046/1 36.2 hp Engine RPM: 2800 rpm Traction drive 4WD, Hydrostatic: Travel speed: 13.7 mph Steering angle: 37o Oscillation angle: 15o Turning radius: 12 Grade ability: 27/50 % Tires: Michelin / Turf Tires L x W x H ROPS 13 7 x 4 4 x 8 9 Steering Articulated: Hydraulics: Flow rate: 12.4 US gpm Operating pressure: 5221 psi Duty pump Gear pump Flow rate: 12.4 US gpm Operating pressure: 3191 psi Fuel tank capacity: 10.6 US gal Hydraulic oil tank: 8.7 US gal Sound level (LwA): 101 dB(A Overall length 13 7 Wheelbase 6 5 Rear overhang 3 10 Dumping distance 10 Width 5 10 Height total (ROPS) 8 9 Height cabin 8 9 Ground clearance 11 in Maintenance: Here at Sarasota National Cemetery we do not have a maintenance shop with a mechanic on duty so having the vendor who can supply OEM parts is essential and much more cost effective. Local parts and service support would be provided by the Local Wacker-Neuson Dealer. There would be reduced turnaround on maintenance and parts and parts. Also, an important fact is, that while maintenance is taking place on a piece of equipment a loaner piece of equipment could be acquired to complete the cemetery s mission. Delivery Address: Sarasota National Cemetery 9810 State Road 72 Sarasota, FL 34241 1 Total Cost Award shall be made to the quoter, whose quotation for award, such as "offers the best value to the government, considering technical capability, past performance, and price." The government will evaluate information based on the following evaluation criteria: "(1) technical capability factor "meeting or exceeding the requirement, (2) past performance, and (3) price. When evaluation factors are used, the contracting officer may insert a provision substantially the same as the provision at 52.212-2, Evaluation Commercial Items, in solicitations for commercial items or comply with the procedures in 13.106 if the acquisition is being made using simplified acquisition procedures. When the provision at 52.212-2 is used, paragraph (a) of the provision shall be tailored to the specific acquisition to describe the evaluation factors and relative importance of those factors. However, when using the simplified acquisition procedures in Part 13, contracting officers are not required to describe the relative importance of evaluation factors. Offers shall be evaluated in accordance with the criteria contained in the solicitation. For many commercial items, the criteria need not be more detailed than technical (capability of the item offered to meet the agency need), price and past performance. Technical capability may be evaluated by how well the proposed products meet the Government requirement instead of predetermined sub factors. Solicitations for commercial items do not have to contain sub factors for technical capability when the solicitation adequately describes the item s intended use. A technical evaluation would normally include examination of such things as product literature, product samples (if requested), technical features and warranty provisions. Past performance shall be evaluated in accordance with the procedures in 13.106 or Subpart 15.3, as applicable. The contracting officer shall ensure the instructions provided in the provision at 52.212-1, Instructions to Offerors Commercial Items, and the evaluation criteria provided in the provision at 52.212-2, Evaluation Commercial Items, are in agreement. Select the offer that is most advantageous to the Government based on the factors contained in the solicitation. Fully document the rationale for selection of the successful offeror including discussion of any trade-offs considered The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (November 2017) FAR 52.225-18, Place of Manufacture FAR 52.233-2, Service of Protest VAAR 852.246-7, Guarantee VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated By Reference VAAR 852.252-70 includes the following provisions that must be completed by the offeror: FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.225-4, Buy American Act Free Trade Agreements Israeli Trade Act Certificate Alternate III (Nov 2012) 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 Contracting Officer s address is: National Cemetery Administration 75 Barrett Heights Road, Ste 309 Stafford, VA 22556 The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) The following clauses are included as addenda to FAR 52.212-4: FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government FAR 52.203-12 Limitation of Payments to Influence Certain Federal Transactions FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.252-2, Clauses Incorporated By Reference VAAR 852.203-70, Commercial Advertising VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.246-71, Inspection FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (January, 2018) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b)(4), (b)(8), (b)(14)(ii), (b)(19), (b)(25), (b)(28 34), (b)(40), (b)(42), (b)(44)(iv), (b)(46), (b)(52) All quoters shall submit 1 (one) copy of their technical and price quote (On a SF 1449) via email to the CO. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11, required registration in the System for Award Management (SAM) database prior to award of a contract. This is set-aside Service Disables Veteran Own Small Business for equipment as defined herein.    The government intends to award a purchase order as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). All inquiries shall be made to the Contracting Officer: Henry C. Dukes, henry.dukes@va.gov NCA Contracting Service 75 Barrett Heights Road, Suite 309 Stafford, VA 22556 NLT August 17, 2018, by 2pm (EST). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail. Any questions or concerns regarding this solicitation should be submitted in writing via e-mail; henry.dukes@va.gov to the Contracting Officer. End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q9607/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q9607 36C78618Q9607.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4526574&FileName=36C78618Q9607-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4526574&FileName=36C78618Q9607-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05023225-W 20180808/180806231459-9897215dc01bd2a3887ef37f29dd5d09 (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.