Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
DOCUMENT

37 -- Tractor, Mowers and Utility Vehicle - Attachment

Notice Date
9/10/2019
 
Notice Type
Attachment
 
NAICS
333112 — Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
36C25219Q0674
 
Response Due
9/16/2019
 
Archive Date
10/16/2019
 
Point of Contact
Shari Lee
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C25219Q0674 Posted Date: Tuesday, September 10, 2019 Original Response Date: Monday, September 16, 2019 Current Response Date: Monday, September 16, 2019 Product or Service Code: 3750 Set Aside: None; Open and Unrestricted NAICS Code: 333112 Contracting Office Address Department of Veterans Affairs Great Lakes Acquisition Center (GLAC) 115 South 84th Street, Suite 101 Milwaukee, WI 53214 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 quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2019-04; effective September 06, 2019. The associated North American Industrial Classification System (NAICS) code for this procurement is 333112 (Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing) with a small business size standard of 1,500 employees. The Department of Veterans Affairs, Edward Hines Jr VA Medical Center, 5000 South 5th Avenue, Hines, Illinois 60141-5000 is seeking Brand Name or Equal Tractor, Mowers and Utility Vehicle. Delivery, Complete Set-Up, Testing of Equipment and Complete Original Equipment Manufacturer Warranty is required for the high standard of Care for Government Facilities Maintenance in Hines, Illinois. Items known to meet the Government s needs for Care of Government Facilities: Holder C- 270 Tractor with Attachments, Gravely Pro-Turn 460 with attachments and Kubota Utility Vehicle RTV-X1100 CWL-H Item Qty Model Number; and Description Item Price 0001 1 C-270; Holder C-Series C-270 Tractor (please see salient characteristics needed) $ 0002 1 SAB-085-01; Holder Broadcast Spreader (please see salient characteristics needed) $ 0003 1 1544413; Holder Over-engine platform-hydraulic tipping system **Must fit the Holder C-270 Tractor** $ 0004 1 154277; Holder High-flow pump (0-21 US gpm(0-80 l/min) **Must fit the Holder C-270 Tractor** $ 0005 1 PFO-060-02; Holder Folding V-Snow Plow (see salient characteristics needed) $ 0006 1 154226; Holder CAT I/II 3-point hitch **Must fit the Holder C-270 Tractor** $ 0007 1 154212; Holder Hydraulic Set 2 (includes 3-sets of hydraulic quick couplings, double acting) **Must fit the Holder C-270 Tractor** $ 0008 1 SCD-055-01; Holder Hydraulic Sweeper, Centre driven (see salient characteristics needed) **Must fit the Holder C-270 Tractor** $ 0009 2 992283; Gravely Pro-Turn 460 (see salient characteristics needed) $ 0010 2 89205100; Gravely 3-Bucket X-Treme Flow Bagger; (see salient characteristics needed) $ 0011 2 79216400; Gravely Bagger Kit (see salient characteristics needed) $ 0012 1 RTV-X1100 CWL-H; Kubota Utility Vehicle; (see salient characteristics needed) $ 0013 1 77700-VC5058; Kubota KIT STROBE LIGHT, LED W/MOUNT **Must fit line item 0012 $ 0014 1 77700-V5059; Kubota KIT MIRROR, CAB STD EXTERNAL *Must fit line item 0012 $ 0015 1 77700-V5200; Kubota Trailer Hitch Ball Mount Kit **Must fit line item 0012 $ 0016 1 K7591-99660; Kubota KIT GUARD, TAIL LAMP; **Must fit line item 0012 $ 0017 1 K7591-99150; Kubota KIT GUARD, CV JOINT (2) FRONT; **Must fit line item 0012 $ 0018 1 K7591-99510; Kubota KIT MUD GUARD, REAR WHEEL; Must fit line item 0012 $ 0019 1 K7591-99640; Kubota KIT ALARM, BACK UP; Must fit line item 0012 $ 0020 1 K7731-99270; Kubota KIT SUNVISORS (2); Must fit line item 0012 $ 0021 1 K7731-99810; Kubota KIT DIPSTICK, EXTEND ENGINE OIL D1; Must fit line item 0012 $ 0022 1 77700-V5012; Kubota RAC FULL RACK SYSTEM; Must fit line item 0012 $ 0023 1 77700-V5017; Kubota RAC FULL CLIP BASKET; Must fit line item 0012 $ 0024 1 77700-V5015; Kubota RAC EXTENDER BASKET; Must fit line item 0012 $ 0025 1 77700-V4419; Kubota RAC HOLD-UPS (STRING TRIMMER); Must fit line item 0012 $ 0026 1 77700-V4421; Kubota RAC BACKPACK, BLOWER HOLDER; Must fit line item 0012 $ 0027 1 77700-V4422; Kubota KIT RAC COOLER/BUCKET CRUISER; Must fit line item 0012 $ 0028 1 77700-V5018; Kubota RAC LONG TOOL SCABBARD; Must fit line item 0012 $ 0029 1 K7731-99630; Kubota KIT WORK LIGHT, REAR HALOGEN; Must fit line item 0012 $ 0030 1 K7731-99620; Kubota KIT WORK LIGHT, FRONT HALOGEN; Must fit line item 0012 $ 0031 1 K7731-99610; Kubota KIT HAZARD LIGHT/TURN SIGNAL; Must fit line item 0012 $ 0032 1 K7711-99280; Kubota KIT SCREEN, REAR (NET/GUARD); Must fit line item 0012 $ 0033 1 K7591-99520; Kubota KIT MUD GUARD, FRONT WHEEL; Must fit line item 0012 $ 0034 1 V5060; Kubota 72'' XTRA DUTY FRONT BLADE; Must fit line item 0012 $ 0035 1 V5250; Kubota MARKERS / FOR V5290, V5291 & V5260; Must fit line item 0012 $ 0036 1 V5293; Kubota 4 POINT HITCH AND POWER UNIT + CONTROL; Must fit line item 0012 $ 0037 1 V5299; Kubota PTO DRIVE WITH K-CONNECT AND HAND THROTTLE; Must fit line item 0012 $ 0038 1 V5266; Kubota 66" ROTARY BROOM-PTO DRIVEN; Must fit line item 0012 $ 0039 1 V5245; Kubota Hand Throttle Kit; Must fit line item 0012 $ 0040 1 V5269; Kubota 50/50 POLY STEEL BRUSH KIT; Must fit line item 0012 $ 0041 1 V5005; Kubota Box Spreader / 10 cu. ft. / Sand / Salt; Must fit line item 0012 $ 0042 1 V4407; Kubota Spreader Control Tube for V4405; Must fit line item 0012 $ Hold Total price for Holder Tractor and All Attachments $ Grav Total price for Gravely Pro-Turn and all attachments $ Kub Total price for Kubota Utility Vehicle and all attachments $ ALL GRAND TOTAL FOR ALL VEHICLES AND ATTACHMENTS FOR EACH $ Salient Characteristics of above required items: #1. Holder C-Series C-270 Tractor; Model # C-270 (1 EACH) (must include the following technical data and salient characteristics:) 1. C 270 must be 1-person cab Holder C 270 Engine Salient characteristics needed: 2. Engine-C 270: Kubota 4-cylinder 4-stroke turbo diesel 3. Displacement-160 in ³ / 2615 cm ³ 4. Power-C 270: 49.2 kW / 67 HP 5. Torque-C 270: 217.0 Nm 6. Cooling: Water Cooled 7. Air filter: Dry air filter with acoustic warning signal 8. Fuel tank capacity 17 gal/65 l 9. Alternator- Max. 90 A / 12 V Holder C 270 Drive Salient characteristics needed: 1. Drive will include: Hydrostatic traction drive, digital-electrical controlled, variable speed control, Permanent four-wheel drive, 4 wheels of the same size, Suspended front and rear axles. 2. Differential lock- 100% mechanical wheel lock at the front and rear. Simultaneous electrohydraulic control via toggle switch 3. Max. speed- 25 mph / 40 km/h 4. PTO shafts- Front: mechanically powered 540 r/min Optional rear: hydraulically powered, 1000 or 540 r/min. 5. Brakes- Hydrodynamic braking acts on all 4 wheels as four-wheel brakes. Electrically actuated emergency drum brake on the front axle. Holder C 270 Hydraulics Salient characteristics needed: 1. Drive will include: Hydraulic pump 9 US gpm / 34 l/min.; Optional: Attachment auxiliary pump; 21 US gpm / 80 l/min.or tandem pump; 7 US gpm + 16 US gpm / 25 l/min + 60 l/min. 2. Hydraulic oil quality: 10 gal / 38 l 3. Lifting force: Front 2425 lb / 1100 kg, Rear 2425 lb / 1100 kg 4. Three-point lift: Standard. Arrester hook are adjustable from CAT 0 to CAT I. 5. Additional control valves: Up to 8 available, adaptable for any attachment. Holder C 270 Cab Salient characteristics needed: 1. Cab will include: Comfort 1- person cab; Air-suspended, heated driver s seat. Multi-function armrest integrated with seat suspension. 2. Optional Equipment: Heated front window and exterior rear-view mirror, Air conditioning and activated carbon filter. 3. Comfortable Cab with air conditioning and 360 ° visibility 4. Sliding windows on both sides 5. Very spacious even for tall and big drivers 6. View of attachments and excellent working comfort. Holder C 270 Weight Salient characteristics needed for 1 person cab: (including driver at 156 lb/75 kg, depending on tires and equipment.) 1. Empty weight: 3950 - 4840 lb / 1791-2194 kg 2. Max. total weight: 7715 lb / 3500 kg 3. Max. axle load: Front 5070 lb / 2300 kg; Rear 5070 lb / 2300 kg 4. Tow bar load on trailer coupling: Max. 1325 lb / 600 kg 5. Max. towing capacity: Unbraked 3310 lb /1500 kg; Overrun braked 7720 lb / 3500 kg 6. Max. payload: 3770 lb / 1709 kg Holder C 270 Dimensions Salient characteristics needed: (depending on 1-person cab). 1. Wheel base: 67 in / 1700 mm 2. Total length: 111-144 in / 2808-3650 mm 3. Total height: 79-90 in /1995-2285 mm 4. Total outer width: 45-60 in / 1130-1530 mm 5. Turning circle: Inside 55 in / 1390 mm 6. Inner Flatbed dimensions: 50 x 42 x 12 in / 1250 x 1060 x 300 mm Holder C 270 Operating Console Salient characteristics needed: 1. Armrest, with integrated controls and button, is synchronized with the seat suspension 2. 1-hand operation 3. The most important functions are on the joystick including driving modes and controls and operation of attachments. 4. Driving mode dial for 2 transport and 2 working modes 5. Intuitive operation allow user to fully concentrate on the work. Holder C 270 Service Access Salient characteristics needed: 1. Over-engine deck is hydraulically actuated for easy access to the engine. 2. Cab can be hydraulically actuated. 3. Hinged fluid tanks can be swing out on both sides. 4. Battery is accessible from the outside. 5. Daily maintenance is possible without disassembling the attachments. Holder C 270 Front Attachments Options Salient characteristics needed: 1. 3-point hitch moves 3-dimensionally with double-acting cylinders, arrester hooks are adjustable from CAT 0 to CAT 1 2. Maximum lifting capacity up to 2425 lb / 1100 kg 3. Up to 4 double-acting control valves (flat face couplers are drip-free), with floating position 4. Up to 21 US gpm / 80 l/min hydraulic flow option. 5. Standard mechanical PTO shaft. Holder C 270 Rear Attachments Options Salient characteristics needed: 1. Double-acting 3-point hitch with vibration dampening, arrester hooks are adjustable from CAT 0 to CAT 1. 2. Maximum lifting power up to 2425 lb/1100 kg 3. Up to 2 double-acting control valves (flat face couplers are drip-free) 4. Up to 21 gpm/80 l/min hydraulic power 5. PTO shaft actuated hydraulically Holder C 270 Other Benefits that are needed: 1. Frame-based construction 2. Hydrostatic drive 3. Double action hydraulic steering facilities maneuvering in tight quarters, e.g. when parking 4. Front and rear axles are equipped with elastomeric shock-absorber 5. Overhead intake of clean combustion and cooling air. 6. Tractor height varies depending on cab mount position (3 different heights) 7. Fresh cab air for operators. 8. Corrosion protection: all steel components are coated using an electro coating process (EPD-coated) ensuring all corners and cavities are protected, plug in couplings in ZiNi-coated. 9. Maximum speed up to 25 mph/40 km/h 10. Vehicle approved for street use. 11. 3 attachment areas-front and rear lifts as well as 3rd attachment point over engine. 12. Easy attachment mounting, one-person and no tools required. 13. Variable acceleration with no traction interruptions. 14. Transport mode: foot pedal variable speed control. 15. Working mode: speed control via dial on the joystick. 16. Special Driving System (SDS) gives the operator the possibility of speed control via foot pedal independent of constant engine at PTO shaft speed. 17. Weight of the electro-hydraulic attachment is automatically distributed throughout the entire vehicle. 18. The electro-hydraulic control eliminates wheel spinning. 19. More traction on slopes and slippery ground, increasing stability when turning on a slope. 20. No traction interruptions. #2. Holder Broadcast Spreader Model # SAB-085-01 (1 EA) (must include the following technical data and salient characteristics:) 1. Must fit on and work with the Holder C 270 Tractor described above. 2. Description: Hydraulically driven broadcast spreader, over the engine mount. 3. Hopper Volume: 0.85 cu yard (0.65 m ³) 4. Spreading Method: Adjustable spinner disk 5. Spreading Width: 3-19 foot (1-8 m) 6. Spreading dosage: 5-250 g / m ² with 5g /m ² step 7. Spinner disc: Stainless steel, Ă˜ 25 (647 mm) 8. Material type: Sand, salt, grit 9. Mounted height (depending on the tires): +/- 76 (1930 mm) 10. Empty weight: 992 lb (450 kg) 11. Control Box: User-friendly MULTIMATIC Digital Control Box with 4.3 colour LED display that displays the following information: a. material selection b. dosage c. spreading width d. hours counter e. materials and distance counter f. daily logs g. service functions 12. Standard features: a. dry spreading system b. flat-face couplings c. sub-frame for Holder C250-270 d. stainless steel spinner disc and agitator e. mesh screen f. foldable tarpaulin cover g. rear splash guard h. support legs with castor wheels i. work light 13. Available options: pre-wet module, additional beacon light and rear camera 14. Tractor requirements: Over-engine platform, high-flow pump (min. 13 gpm (50 l/min) is required) #3. Holder Over-engine platform (item 154413) (hydraulic tipping system) ***must fit the Holder C-270 Tractor (1 EACH) #4. Holder High-flow pump (0-21 US gpm) (0-80 l/min) (item 154277) ***must fit the Holder C-270 Tractor (1 EACH) #5. Holder Folding V-Snow Plow Model # PFO-060-02 ; (1 EACH) (must include the following technical data and salient characteristics:) 1. Total Width: 60 (1528 mm) straight 2. Clearing Width: (60 (1528 mm) Straight); (55.6 (1414 mm) Angled R/L); (54.4 (1382 mm) in V-shape (27.5 °)); (56.8 (1445 mm) in scoop (20 °)) 3. Height: (22 (564 mm) in the middle); (24 (616 mm) outer height) 4. Number of trip sections: 2 x 12 (308 mm); 2 x 10.9 (278 mm); 1 x 12.5 (320 mm) center 5. Cutting edge: Steel 6. Standard features: Flat-face couplings, Holder C250-270 adaptor plate, warning markers, rubber snow deflector 7. Tractor requirements: CAT I 3-point hitch, 2 sets of hydraulic quick couplers, double acting #6. Holder CAT I/II 3-point hitch (item 154226) ***must fit the Holder C-270 Tractor (1 EACH) #7. Holder Hydraulic set 2 (3 sets of hydraulic quick couplings, double acting) (item 154212) ***must fit the Holder C-270 Tractor (1 EACH) #8. Holder Hydraulic Sweeper, centre driven- # SCD-055-01; (1 EACH) (must include the following technical data and salient characteristics:) 1. Total width: 55 (1400 mm) 2. Clearing width: 55 (1400 mm) straight; 59 (1500 mm) at 26 ° 3. Turning angle L/R: 26 ° 4. Oscillation: No 5. Transport Height: 29 (735 mm) 6. Brush diameter: 21.6 (550 mm) 7. Weight: 260 lb (118 kg) 8. Torque to the shaft: 147 lb*f (200 Nm) 9. Brush material: polypropylene 10. Standard features: Flat-face couplings, Holder C250-270 adapter plate, adjustable broom cover 11. Available options: No 12. Tractor requirements: CAT I 3-point hitch, 1 set of hydraulic quick couplers, double acting; flow divider 1 (0-6.6 gpm (0-25 l/min)) or high-flow pump (6.6 gpm (25 l/min) minimum is required) #9. Gravely Pro-Turn 460- Model # 992283; (2 EACH) (must include the following technical data and salient characteristics:) 1. Air-Ride Suspension Seat enhanced with seat isolators to absorb large vertical impacts. Designed with oversized, pillow-top, extra-high-back seat for all-day comfort. 2. Constant Belt Tension System (CBT) ensures that belt tension is maintained, keeping the blade tip speed and cutting results consistent. 3. EZ-Lift Deck System tales 25% less effort to raise and lower the deck plus 19 cutting positions with.25-inch increments. 4. Deck Size: 60 5. Engine Manufacturer: Yamaha ® MX825V EFI 6. Engine Rating: 33 HP/824 CC 7. Drive System: Hydro-Gear ® ZT-5400 Transaxles 8. Fuel Capacity: 13.4 gal (50.72 L) 9. Ground Speed: 13/6 mph (21/ 10 km/h) 10. Acres/HR: 7.9 #10. Gravely 3-Bucket X-Treme Flow Bagger - #89205100; (2 EACH) (must include the following technical data and salient characteristics:) 1. Save time, energy and money with the powerful X-Treme Flow bagger to keep your law clean and free of grass clippings. Fits Gravely Pro-Turn 460, Model # 992283. #11. Gravely Bagger Kit Model # 79216400; (2 EACH) (must include the following technical data and salient characteristics:) 1. This Bagger kit should be used with the 3 Bucket bagger from Gravely. #12. Kubota Utility Vehicle Model # RTV-X1100 CWL-H (1 EACH) (must include the following technical data and salient characteristics:) 1. All weather vehicle, quiet, factory installed 2. Fully-enclosed unibody cab that features a powerful heating and air conditioning system. 3. This lightweight unit has 2 large roll-down windows, is almost airtight, and is rattle-free for a smoother quieter ride. 4. Prewired with an antenna and two speakers for easy and efficient installation of an optional radio. 5. Engineered for safety, the X1100C cab, as well as all other RTV X-Series models, meets SAE J2194 and OSHA 1928 ROPS standards. Services 1. All (42) Forty-two line items will be delivered to the Department of Veterans Affairs, Edward Hines Jr. VA Medical Center, 5000 South 5th Avenue, Hines, IL 60141-5000. The delivery period of performance should be as soon as possible after contract award has occurred. Delivery shall be provided no later than 60 days after receipt of order/award of contract. All quotes are requested to be submitted to Contacting Officer as FOB destination. Place of Performance Address: Department of Veterans Affairs Edward Hines Jr. VA Medical Center 5000 South 5th Avenue Hines, IL Postal Code: 60141-5000 Country: UNITED STATES Basis for Award 1. Award shall be made to the offeror whose quotation offers the lowest price technically acceptable of Brand Name or Equal equipment. For the Offeror who is offering the equal a line by line comparison of all salient characteristics MUST be included with required documents; The Contracting Officer is NOT the subject matter expert regarding this equipment, and any equal submission will be forwarded to the Subject matter expert for approval regarding salient characteristics capability only. 2. Fair price reasonableness, in accordance with FAR 13.106-3, will be followed by the Contracting Officer. 3. For authorized distributors of the Brand-Name equipment, proof of authorized distributorship must be included in the submission to the Contracting Officer. The Contracting Officer will deem the submission an un-interested party if authorized distributorship paperwork from the Original Equipment Manufacturer is not received or missing with submission. The CO will NOT accept self-nominated distributorship paperwork. This must be on the Original Equipment Manufacturer letterhead and must be from the Original equipment manufacturer. 4. This is an open-market combined synopsis/solicitation for products and services, as defined herein.    The government intends to award a FAR 13 Firm-Fixed Price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. In accordance with FAR 12.301(b)(1) and FAR 52.212-1(b)(11), 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:" Offeror shall list exception(s) and rationale for the exception(s). 5. The Offerors quote submitted to this CO shall also have the same 42-line item that matches this notice, and the required statement regarding terms and conditions of contract within their quote. The Offeror may submit this same Combined Synopsis/Solicitation as their official quote, and if so, all pages are required for submission, and the vendors name, and DUNS number must be placed on the last submitted sheet of this Combined Synopsis/Solicitation. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following FAR and VAAR solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items OCT 2018 Also includes: The Prevention of Gray Market Items: (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.   No remanufactures or gray market items will be acceptable.   (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items and equipment to the VA in the fulfillment of an order/award constitutes a breach of contract.   Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.   Addendum to FAR 52.212-1, Instructions to Offerors Commercial Items OCT 2018 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index/html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-7, System for Award Management 3. End of Addendum to 52.212-1 FAR 52.212-3, Offerors Representations and Certifications Commercial Items OCT 2018 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 FAR and VAAR contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items OCT 2018 And Includes Addendum to FAR 52.212-4. FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index/html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.225-1, Buy American Act Supplies FAR 52.225-18, Place of Manufacturer FAR 52.232.40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70, Commercial Advertising (MAY 2008) VAAR 852.246-71, Rejected Goods (OCT 2018) End of Addendum FAR 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (AUG 2019) Submissions shall be received no later than 4:00 PM CST, Monday, September 16, 2019 via email address shari.lee@va.gov. Hand delivery, submission via FBO.gov and fax will not be methods acceptable for submission of quotes. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Offerors are responsible for submitting offers and quotes to reach the Contracting Officer designated in the solicitation by the time and means specified in the solicitation. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Shari Lee at shari.lee@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25219Q0674/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25219Q0674 36C25219Q0674_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5148204&FileName=36C25219Q0674-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5148204&FileName=36C25219Q0674-001.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: Department of Veterans Affairs;Edward Hines Jr. VA Medical Center;5000 South 5th Avenue;Hines, IL
Zip Code: 60141-5000
 
Record
SN05438023-W 20190912/190910231002-897ace0e7280a92d01a33e2e2d3dde2c (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  © 1994-2020, Loren Data Corp.