Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

24 -- 36C249-20-AP-1821 Skid Steer

Notice Date
5/14/2020 12:28:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24920Q0228
 
Response Due
5/20/2020 12:00:00 AM
 
Archive Date
06/04/2020
 
Point of Contact
Jack Mullins Jr. jack.mullinsjr@va.gov
 
E-Mail Address
jack.mullinsjr@va.gov
(jack.mullinsjr@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Attachment 2: Combined Synopsis/Solicitation for Commercial Items Template VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 1 of 4 Original Date: 10/12/17 Revision 01 Date: 01/08/18 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24920Q0228 Posted Date: 5-13-2020 Original Response Date: 5-21-2020 Current Response Date: 5-21-2020 Product or Service Code: 2420 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 333924 Contracting Office Address Network Contracting Office 9 ATTN: Jack Mullins Jr. Department of Veteran Affairs 1639 Medical Center Parkway Suite 400 Murfreesboro, TN. 37129 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; [insert quotations are being requested, and a written solicitation document will not be issued. This solicitation is a (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05/3-30-2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 333924, with a small business size standard of 750 employees. The Network Contracting Office is seeking to purchase a T4 Bobcat Compact Track Loader 74 HP Tier 4 Turbo Diesel Engine. This is a BRAND NAME ONLY requirement for the Mountain Home VA Medical Center in Mountain Home, TN. 37684. All interested companies shall provide a quotation for the following: Supplies Line Item Description Quantity Unit Price Total Price M0249 1 T595 T4 Bobcat Compact Track Loader74.0 HP Tier 4 Turbo Diesel Engine Auxiliary Hydraulics: Variable Flow Backup Alarm Bob-Tach Bobcat Interlock Control System (BICS) Controls: Bobcat Standard Cylinder Cushioning - Lift, Tilt Engine/Hydraulic Systems Shutdown Glow Plugs (Automatically Activated) Horn Instrumentation: Engine Temperature & amp; Fuel Gauges, Hour meter, RPM and Warning Lights Lift Arm Support Lift Path: Vertical Lights, Front & Rear Operator Cab Includes: Adjustable Suspension Seat, Top & Rear Windows, Parking Brake, Seat Bar & Seat Belt Roll Over Protective Structure (ROPS) meets SAE-J1040 & ISO 3471 Falling Object Protective Structure (FOPS) meets SAEJ1043 & ISO 3449, Level I; (Level II is available through Bobcat Parts) Parking Brake: Spring Applied, Pressure Released (SAPR) Solid Mounted Carriage with 4 Rollers Tracks: Rubber, 12.6"" Wide Warranty: 2 years, or 2000 hours whichever occurs first. 1 M0249-P01-A51 M0249- R01-C04 M0249-R03-C03 M0249-R09-C02 M0249-R28-C02 M0249-R51-C02 6732305 6737322 7294332 6541521 6808034 7128426 2 A51 Option Package Cab Enclosure with Heat and AC Power Bob-Tach Cab Accessories Package 3 Selectable Joystick Controls (SJC) 4 High Flow Hydraulics 5 16"" C-Pattern Rubber Track 6 7-Pin Attachment Control 7 Telematics US 8 74"" C/I Heavy Duty Bucket 9 Bolt-On Teeth (8) 10 5.5K Severe Duty Pallet Fork Frame 11 42"" 5.5K Severe Duty Pallet Fork Teeth. 12 SG 60 Stump Grinder 13 Attachment Control, 7 Pin (M- and M2-Series) 14 Dealer Assembly Charges 1 1 1 1 1 1 1 8 1 1 1 1 1 Services BASIS FOR AWARD: 1. FOB Destination shipping charges MUST be included in the quote for delivery to Mountain Home, TN 37684 2.� �All offers, and responses must be submitted electronically 3.�� Brand Name Specific. 4.� Requesting Service will review submitted quotes as Technical experts to determine if technically acceptable. 5.� Quotes will not be accepted after deadline. 6. At this time frame, no extension on closing date. 7. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, lead time and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. QUOTE FORMAT AND EVALUATION CRITERIA Offerors shall complete the above pricing schedule. Not completing the pricing will result in unsuccessful quote. Price will be evaluated based on the best value to the government. The Government intends to award a contract resulting from the RFQ. Award will be made on the basis of the lowest evaluated price of a quote meeting the acceptability standards for non-cost factors and deemed to be responsible. Non-cost factors such as terms of product warranty and lead time will be considered when making a best value determination. Quotes shall be submitted via e-mail. All vendors must be registered and complete all entries in the System for Award Management (SAM) in order to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM/ Vendors shall provide a minimum quote acceptance period of 90 days after RFQ closing for offers Award: The offeror s initial quote should contain the offeror s best terms from a price standpoint. Offerors are cautioned to submit sufficient information and, in the format, specified in the quote instructions. Offerors may be contacted to resolve minor or clerical errors and the Contracting Officer reserves the right to award without further conversations. SHIPMENT OF HARDWARE: Inspection: Destination Acceptance: Destination Free on Board (FOB): Destination Ship To: POC: James Haney James.Haney@va.gov 423-926-1171 Ext 7830 Address: Mountain Home VA Medical Center Corner of Lamont & Veterans Way Mountain Home, TN 37684 DEADLINE AND DELIVERABLES: Offers must be submitted NLT 21 May 2020 by 2:00PM (EST). Any questions/Requests for Information (RFI s) must be submitted in writing to Jack Mullins Jr.@va.gov NLT 18 May 2020 by 1:00PM (EST). Please provide a quote assuming a Firm Fixed Price contract. Award is made in the aggregate, all or none and must include shipping. Delivery shall be provided ""no later than _20__ days after receipt of order. Delivery should be FOB Destination and delivered to the address listed below. Place of Performance Address: Mountain Home VA Medical Center Corner of Lamont and Veterans Way Mountain Home, TN. 37684 Country: UNITED STATES ��[Note: If using FAR 52.212-2, Evaluation Commercial Items, explain the specific evaluation criteria to be included in paragraph (a) of that provision.] 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 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [insert date of clause] [Insert a statement regarding any addenda to FAR 52.212-4] FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [insert date of clause] The following subparagraphs of FAR 52.212-5 are applicable: [Indicate which FAR clauses listed in FAR 52.212-5 will be applicable, e.g.,�subparagraph (b)(1), etc.] [Insert other FAR or agency-level provisions/procedures/clauses and any other additional contract requirements or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for the acquisition consistent with customary commercial practices.] This is an open-market combined synopsis/solicitation for [insert products or services ] as defined herein.��The government intends to award a [insert ""purchase order or ""contract""] as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all [insert proposals, quotes, or bids ] 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:"" The offeror shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 5-20-2020 2:00 pm EST. via electronically. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist listed below. Point of Contact: Name: Jack Mullins Jr. Address: Department of Veterans Affairs NCO 9 Network Contracting Office 1639 Medical Center Parkway Suite 400 Murfreesboro, TN 37129 Voice: 502-287-5036 Email: jack.mullinsjr@va.gov CLAUSES/PROVISION: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Number Title Date 52.204-13 52.204-18 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE OCT 2018 JUL 2016 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS OCT 2018 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS MAR 2020 52-232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.211-70 Equipment Operation and Maintenance Manuals. The Contractor shall follow standard commercial practices to furnish manual(s), handbook(s) or brochure(s) containing operation, installation, and maintenance instructions, including pictures or illustrations, schematics, and complete repair/test guides, as necessary, for technical medical equipment and devices, and/or other technical and mechanical equipment provided per CLIN(s) # 1. The manuals, handbooks or brochures shall be provided in hard copy, soft copy or with electronic access instructions, consistent with standard industry practices for the equipment or device. Where applicable, the manuals, handbooks or brochures will include electrical data and connection diagrams for all utilities. The documentation shall also contain a complete list of all replaceable parts showing part number, name, and quantity required. (End of Clause) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR �125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) VAAR 852.246-71 REJECTED GOODS (OCT 2018) (a) Supplies and equipment. Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor's address at the Contractor s risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor. (b) Perishable supplies. The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products. (End of Clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-16 52.211-6 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING BRAND NAME JULY 2016 AUG 1999 52.212-1 INSTRUCTIONS TO OFFERORS OCT 2018
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/49a711b7c21f4f79b0ec0abf8e009c7a/view)
 
Place of Performance
Address: MOUNTAIN HOME VA MEDICAL CENTER;CORNER OF LAMONT AND VETERANS WAY;MOUNTAIN HOME, TN. 37684 37684, USA
Zip Code: 37684
Country: USA
 
Record
SN05657836-F 20200516/200514230156 (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.