Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2019 SAM #6581
SOLICITATION NOTICE

38 -- Mini Excavator

Notice Date
12/4/2019 10:23:42 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26020Q0046
 
Response Due
12/10/2019 8:59:59 PM
 
Archive Date
01/09/2020
 
Point of Contact
SHERRY PLOORSHARON.PLOOR@VA.GOV
 
E-Mail Address
sharon.ploor@va.gov
(sharon.ploor@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 5 of 51. This is a combined synopsis/solicitation for a Caterpillar 300.9D Hexmn NACD DCA 1 Mini Hyd Excavator & Accessories, BRAND NAME OR EQUAL, as 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; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. FAR 13, Simplified Acquisition Procedures will be used. 2. The solicitation number is 36C26020Q0046 and is issued as a request for quotation (RFQ).3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101.4. This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS 333120 code has a small business size standard of 1250. The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages (VIP) database, (https://www.vip.vetbiz.gov); and The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or ""Gray Market"" items. All items must be covered by the manufacturer's warranty.GRAY MARKET PREVENTION LANGUAGE(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 to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right 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. 5. Line Items: ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT0001 Caterpillar 300.9D Hexmn NACD DCA 1 Mini Hyd ExcavatorEqual Item:__________________1.00EA____________________________________0002Caterpillar Bucket 27.6"" W Ditch CleanerEqual Item:_____________________1.00EA____________________________________0003 Caterpillar Bucket 14.6"" W Digging BucketEqual Item:_____________________1.00EA______________________________________GRAND TOTAL__________________6. Comparable products must meet or exceed the following specifications:Salient Characteristics for a Mini Excavator:The machine needs to be powered by diesel. Minimum net horsepower 13 hp. Requires track ground drive.Requires a minimum 1000 lb. digging force.Requires dozer blade.Requires a minimum 5 digging depth.Requires a minimum 9 reach at ground level.Requires hydraulic system to drive machine.Requires a digging bucket with a 10 minimum width & a 15 maximum width.Requires a ditch clearing bucket with a 24 minimum width & a 27.6 maximum width.Requires a vendor located within 50 miles of Medford, OR to supply parts and service.Needs to be a stand- alone machine and not an attachment. Requires buckets to be detachable and interchangeable. This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must:a. Meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand name, if any and make/model number. b. Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. 7. Delivery:Delivery shall be within thirty (30) days from the time of award. Caterpillar Mini Excavator & Accessories shall be delivered to the White City VA Medical Center Warehouse 226 located at 8495 Crater Lake Hwy, White City, Oregon 97503. FOB Destination. 8. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Provisions:52.211-6 Brand Name or Equal (AUG 1999)52.214-21 Descriptive Literature (APR 2002)9. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers:a. Technical- must meet or exceed salient specsificationsb. PriceTechnical conformance is more important than price. 10. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov.11. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda:Clauses:52.204-13 System for Award Management Maintenance52.204-18 Commercial and Government Entity Code Maintenance52.232-40 Providing Accelerated Payments to Small Business Subcontractors852.203-70 Commercial Advertising (JAN 2008)852.211-73 Brand Name or Equal. (JAN 2008)852.219-10 VA Notice of Total SDVOSB Set-Aside852.232-72 Electronic Submission of Payment Requests12. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition:52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2019) (15 U.S.C. 657f).52.219-28 Post Award Small Business Program Representation (JUL 2013)52.222-3 Convict Labor (June 2003) (E.O. 11755).52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126)52.222-21 Prohibition of Segregated Facilities (APR 2015)52.222-26 Equal Opportunity (APR 2015)52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)52.222-50 Combating Trafficking in Persons (MAR 2015)52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014)52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008)52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332).13. There are no additional contract requirements, terms or conditions.14. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE.15. Quotes must be emailed to sharon.ploor@va.gov and received no later than 11:59pm PST on 12/10/2019. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted.16. For information regarding the solicitation, please contact Sherry Ploor at sharon.ploor@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/949a0ba3726c42119a649f29b02d223f/view)
 
Place of Performance
Address: VA SORCC;8495 CRATER LAKE HWY;WAREHOUSE 226;WHITE CITY;OREGON 97503, USA
Zip Code: 97503
Country: USA
 
Record
SN05509014-F 20191206/191204230257 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.