Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

24 -- Skid Steer

Notice Date
4/1/2020 11:55:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25020Q0496
 
Response Due
4/13/2020 12:00:00 AM
 
Archive Date
06/12/2020
 
Point of Contact
Erik Fallo Erik.Fallo@va.gov
 
E-Mail Address
Erik.Fallo@va.gov
(Erik.Fallo@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation RFQ-36C250-20-Q-0496 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94, 2005-95/ 01-19-2017. The North American Industry Classification System (NAICS) number is 333120 and the business size standard is 1250 employees. STATEMENT OF NEED Skid Steer C.0. SCOPE: The Richard L. Roudebush VA Medical Center has a need for a skid steer at its Indianapolis facility with the following specifications: Skid Steer Turbo Diesel engine No DPF system- Wheeled (no tracks) Minimum bucket hinge pin must be at least 132 Minimum rated operating capacity 3300 lb. Side LED lightning Front and rear LED lightning Cold weather package (glow plugs, etc.) Hazard Lights Rust protection coating Multiple tie down points Engine diagnostic system Falling Object Protective Structure (FOPS) Roll overprotective structure (ROPS) Auto ride control system Auto bucket leveling system Reversed engine cooling fan Two-speed. Hydraulic quick couplers High flow hydraulics Front and Rear aux hydraulics kit Auxiliary standard flow hydraulics Ability to change attachments without leaving the cab. Selectable joystick controls keyless start Instrumentation LCD panel Adjustable air ride suspension seat w/ heat Radio\Bluetooth Parking brake Seat belt Seat bar Full cab w/ door Backup alarm Rear backup camera Air conditioning/Heat/Defrost Switchable controls(standard-ISO) Horn Pressurized cab Protection plan(warranty) strobe light on roof Windshield wiper Heavy Duty Tires(airless)w/Aggressive tread ATTACHMENTS All attachments shall be compatible with the skid steer above. All attachments shall come with all necessary adapters, parts and hoses for use by the skid mentioned above. All attachments shall be quick attach capable if available. Skid steer mounted Nitrogen Breaker with Nail Point Attachment Skid steer mounted Backhoe With stabilizers 12 Bucket with weld on teeth 24 Bucket with weld on teeth Skid steer mounted 48 Pallet Forks Skid steer mounted 108 Snow V-blade 108 Rubber cutting edge (with one replacement) Skid steer mounted 84 Sweeper With Water kit Skid Steer mounted Auger Driver 9 Auger Bit 12 Auger Bit Skid steer mounted 80 Heavy Duty Bucket With bolt on cutting edge Skid steer mounted 80 Heavy Duty combination Bucket (4 in 1) Quantity: 1 a. Provide skid steer within 60 days of award. The proposed contract listed here is Set-aside 100% for Service-Disabled Veteran Owned Small Business. FOB destination. Deliver to 1481 West 10th Street, Indianapolis, IN 46202. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 52.203-98, 52.204-22 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Award will be based on lowest price technically acceptable offer. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless SAM registered which must be noted in the quotation. 52.212-4, Contract Terms and Conditions-Commercial Items. The following additional clauses apply: 52,203-99, 52.232-40, 852.203-70, 852.232-72 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-50, 52.223-18, 52.225-1; 52.225-13, 52.232-34 RESPONSES ARE DUE Monday, April 13, 2020, by 10:00 a.m. eastern standard time (est). Electronic offers will be accepted Erik Fallo, e-mail Erik.Fallo@va.gov. Point of contact for this solicitation is Erik Fallo, e-mail Erik.Fallo@va.gov. All Inquires must be in writing.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3f7253e0b0f54fc6950e204f03d06d3e/view)
 
Place of Performance
Address: Indianapolis VAMC;Engineering;1481 West 10th Street;Indianapolis, IN 46202, USA
Zip Code: 46202
Country: USA
 
Record
SN05607304-F 20200403/200401230145 (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  © 1994-2020, Loren Data Corp.