SOLICITATION NOTICE
23 -- Brand Name or Equal Kubota Utility Vehicles Amarillo VA Health Care System
- Notice Date
- 6/11/2020 4:11:05 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336112
— Light Truck and Utility Vehicle Manufacturing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25720Q0856
- Response Due
- 6/22/2020 7:00:00 AM
- Archive Date
- 06/29/2020
- Point of Contact
- lawrence.thomas1@va.gov, Lawrence Thomas, Contract Specialist, Phone: 972-708-0843
- E-Mail Address
-
victoria.rone3@va.gov
(victoria.rone3@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- (RFQ) Combined Synopsis/Solicitation: 36C25720Q0856 Kubota Utility Vehicles BRAND NAME or EQUAL - 100% set-aside for SDVOSB. 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. The Government reserves the right to make no award from this solicitation. This is a Request for Quote (RFQ) and the solicitation number is 36C25720Q0856. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05 dated 02/27/2020. The North American Industrial Classification System (NAICS) code for this procurement is 336112 LIGHT TRUCK AND UTILITY VEHICLE MANUFACTURING This solicitation is a 100% set-aside for SDVOSB. This requirement is a 100% Total Service-Disabled Veteran Owned Small Business (SDVOSB) set aside under the authority of 38 U.S.C. 8127(d). In order to be eligible for award an offeror must be certified/verified in Vetbiz (www.vip.vetbiz.gov), and small for the applicable NAICS code at the time of the quote submission and at the time of award. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Only qualified offerors may submit bids. Description of Requirements for the items to be acquired: This RFQ is for Brand Name or Equal: Kubota Utility Vehicles Equal products must comply with the product description in the line items and Statement of Work and meet or exceed each of the minimum performance requirements (Specifications) and description provided in this solicitation. Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Side Mirrors 8 EA $______ $______ 0002 Strobe Light 8 EA $______ $______ 0003 Front LED work lights 8 EA $______ $______ 0004 Rear LED work lights 8 EA $______ $______ 0005 Rear view mirror 8 EA $______ $______ 0006 Turn signal and flasher kit 8 EA $______ $______ 0007 Glass windshield 8 EA $______ $______ 0008 Glass rear panel 8 EA $______ $______ 0009 Premium Poly w/Roll down glass doors 8 EA $______ $______ 0010 Heater deluxe diesel kit 8 EA $______ $______ 0011 Assembly charges 8 EA $______ $______ TOTAL AMOUNT $______ Delivery shall be provided by July 22, 2020. FOB - Destination Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at: Address: Amarillo VA Health Care System Thomas E. Creek VA Medical Center 6010 Amarillo Blvd West Amarillo, TX 79106 Postal Code: 79106 Country: United States STATEMENT OF WORK Utility Vehicles SCOPE: The Department of Veteran Affairs, Amarillo VA Health Care System (AVAHCS), located in Amarillo, Texas 79106 requires the following: 8 Utility vehicles BACKGROUND: Currently our on-station trucks are over 10 years old. These vehicles are obsolete, and parts are becoming increasingly difficult to find. SPECIFICATIONS/CHARACTERISTICS: Must be brand name or equivalent to Kubota UV 34 Diesel with the following specifications/characteristics: Engine Key Start Kubota Diesel Liquid Cooled Pressurized Oiling system with Spin-on Filter Spark Arrestor Exhaust System Emissions; Current Tier 4 Drive System Variable Speed Drive (Belt CVT) Sealed CVT Cover Four Wheel Drive - 3 Drive Modes Forward Travel, Two Range (H/L) Gear Selector P-R-N-L-H Integrated In-Transmission Park (P) CV Guard, Front Shaft Drive with CV Joints Brakes - 4-Wheel, Hydraulic Disc with Dual Bore Front Calipers Suspension & Steering Front - Independent, Dual A-Arm Rear - Independent, Dual A-Arm Adjustable Front and Rear Coil Over Shocks Rack & Pinion w/ Electric Power Steering Assist Tilt Steering Column Tires/Wheels All Terrain Industrial 8-ply Front/Rear, 26x10-12 Steel Rim 12x6-12 Electrical Headlights, High & Low Beams 2-35 Watts LED Tail & Brake Lights 2-12 Volt Power Ports 140 AMP Alternator 575-CCA Battery Operator Compartment Beverage Holder (6) 60/40 Split Bench Seats (3 Occupants) Under Seat, Glove Box, Upper and Lower Dash Storage 3 Seat Belts with 3-Point Restraint, retractable Instrumentation Indicator Lights: Glow Plug, Seat Belt Reminder, High Beam On, Engine Oil Pressure Low, Engine Temp High, Service Power Steering and Service Engine. LCD Display: Speedo, Engine Temp, Engine RPM, Voltage, Trip and Hour Meter, Tachometer, Fuel Level, Clock, Drive Mode, Odometer, Service Reminder and Gear Position. Cargo Box and Frame Composite Cargo Box with Cylinder Lift Assist Quick Latch Tailgate with single latch Integrated Box Accessory System Rear Receiver Hitch - 2 in. Full Chassis Skid Plates ROPS (Roller Overprotective Structure) Warranty, 1 year/1,000 hours Comfort, Side View Mirrors 7403508 8 $0.00 $0.00 Light, Strobe Front and Rear LED work lights Windshield, Glass Turn Signal & Flasher Kit Mirror, Rear View Rear Panel, Glass Doors, Premium Poly w/Roll Down Glass Heater Deluxe Diesel Kit QUANTITY: TOTAL-8 new WARRANTY: Warranty, 1 year/1,000 hours DELIVERY: Delivery by July 22, 2020 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 [Oct 2018] FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [Mar 2020] The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (Oct 2018) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Mar 2020) 52.219-28, Post Award Small Business Program Rerepresentation (Mar 2020) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2020) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) 52.222-50, Combating Trafficking in Persons (Jan 2019) 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 (OCT 2018) SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The Offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. The Offeror shall provide verified SDVOSB certification. The Offeror shall be registered in SAM.gov prior to contract award. The Offeror shall include verification if not the manufacturer that they are authorized distributor or vendor of the proposed manufacturers equipment, instrumentation, and supplies. The Offeror providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. State if quoted items are available and priced through contractors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Contractors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the contractor making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. 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:"" FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70, Commercial Advertising (May 2018) VAAR 852.211.70, Equipment Operation and Maintenance Manuals (Nov 2018) VAAR 852.212-71, Gary Market Items (Apr 2020) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018) VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2018) VAAR 852.246-71, Rejected Goods (Oct 2018) VAAR 852.273-70, Late Offers (Jan 2003) Grey Market Prevention: No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. 52.233-2 SERVICE OF PROTEST (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Hand-Carried Address: Department of Veterans Affairs Regional Procurement Office West RPO West Network Contracting Office NCO 17 124 E. Hwy 67 Duncanville, Texas 75137 Mailing Address: Department of Veterans Affairs Department of Veterans Affairs Regional Procurement Office West RPO West Network Contracting Office NCO 17 124 E. Hwy 67 Duncanville, Texas 75137 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (OCT 2018) (a) Any protest filed by an interested party shall (1) Include the name, address, fax number, email and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester s representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and Contracting Officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (OCT 2018) (a) As an alternative to filing a protest with the Contracting Officer, an interested party may file a protest by mail or electronically with: Executive Director, Office of Acquisition and Logistics, Risk Management and Compliance Service (003A2C), Department of Veterans Affairs, 810 Vermont Avenue NW, Washington, DC 20420 or Email: EDProtests@va.gov. (b) The protest will not be considered if the interested party has a protest on the same or similar issue(s) pending with the Contracting Officer. (End of Provision) PLEASE NOTE: The correct mailing information for filing alternate protests is as follows: Deputy Assistant Secretary for Acquisition and Logistics, Risk Management Team, Department of Veterans Affairs 810 Vermont Avenue, N.W. Washington, DC 20420 Or for solicitations issued by the Office of Construction and Facilities Management: Director, Office of Construction and Facilities Management 811 Vermont Avenue, N.W. Washington, DC 20420 The Offeror shall list exception(s) and rationale for the exception(s), if any. EVALUATIONS: Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR 13.106-2 Evaluation of Quotes. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR 13.106-2(b)(3) Comparative Evaluation. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government will issue a purchase order to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following are the decision factors: Price Technical Responses should contain your best terms, conditions. TECHNICAL QUESTION SUBMISSION: All questions must be submitted by email to lawrence.thomas1@va.gov and Victoria.Rone3@va.gov no later than 9:00am. CT, June 18, 2020. The subject line must specify: RFQ 336C25720Q0856- Questions. Questions received after this date will not be accepted. All responses to questions will be incorporated into a written amendment posted to the Contract Opportunities website (beta.SAM.gov). Telephone calls or faxed questions will not be accepted. RFQ QUOTE SUBMISSION: Quotes must be received no later than June 22, 2020 9:00am CST. Email your quote directly to lawrence.thomas1@va.gov and Victoria.Rone3@va.gov. The subject line must specify: RFQ 36C25720Q0856- Quotes/Offers. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact: Lawrence Thomas, Contract Specialist, lawrence.thomas1@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2d27044d55e5421d9833650f6b7ff4f5/view)
- Place of Performance
- Address: Amarillo VA Health Care System Thomas E. Creek VA Medical Center 6010 Amarillo Blvd West, Amarillo, TX 79106, USA
- Zip Code: 79106
- Country: USA
- Zip Code: 79106
- Record
- SN05687512-F 20200613/200611230159 (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 |