Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOLICITATION NOTICE

23 -- South Florida National Cemetery One (1) Kubota U-55 Mini Excavator or Equal Brand

Notice Date
7/31/2020 9:36:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
36C78620Q0321
 
Response Due
8/14/2020 8:00:00 AM
 
Archive Date
10/13/2020
 
Point of Contact
tracy.williams@va.gov, Tracy Williams, Phone: 703-630-9365
 
E-Mail Address
tracy.williams6@va.gov
(tracy.williams6@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 2 of 7 Page 2 of 7 This is a combined synopsis/solicitation for commercial items 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. Quoters are responsible for obtaining all amendments or additional information concerning this announcement at www.fbo.gov. All questions regarding this solicitation are to be submitted via email to tracy.williams6@va.gov. Questions should be received no later than April 16, 2020 at 10:00AM, EST to provide time to permit a response. Quoters should note that submitted questions and responses to those questions may be provided to all firms solicited for this requirement. Important: This is a request for quote and quotations furnished are not offers. This request does not commit the Government to pay any costs incurred in the preparation of the submission of a quote or to contract for supplies or service. QUOTERS SHOULD READ PARAGRAPH (viii) TO ENSURE THEY ARE SUBMITTING THE REQUIRED ITEMS FOR THEIR QUOTES. The solicitation number is 36C78620Q0193. This solicitation is issued as a request for quotation (RFQ) and will be solicited using the procedures under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101 10/26/2018. This solicitation is 100% set-aside for Service-Disabled Veteran-Owned Small Business firms. The relevant NAICS code is 333111, Farm Machinery and Equipment Manufacturing. The small business size standard is 1,250 employees except that the small business size standard is 500 employees if you are submitting your quote in your own name but intend to provide a product that you did not manufacture yourself. Line Items ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ Product Number: A770 T4 Bobcat All-Wheel Steer Loader 0002 1.00 EA __________________ __________________ Product Number: A71 Option Package 0003 1.00 EA __________________ __________________ Product Number: Heated Air Ride Suspension Seat - Cloth 0004 1.00 EA __________________ __________________ Product Number: Super Float Tires 0005 1.00 EA __________________ __________________ Product Number: Engine Block Heater 0006 1.00 EA __________________ __________________ Product Number: 80"" C/I Heavy Duty Bucket 0007 1.00 EA __________________ __________________ Product Number: Dealer Assy Charge GRAND TOTAL __________________ Description of Requirement: The contractor shall deliver one (1) A770 T4 Bobcat All-Wheel Steer Loader or Equal. The following Salient Characteristics apply: EQUIPMENT SALIENT CHARACTERISTICS (A770 T4 Bobcat All-Wheel Steer Loader) Mountain Home National Cemetery is in need of the following: Bobcat A770 All-Wheel Steer Loader, with the A91 Option Package and Turf Tires. Specifics as listed below: 92 HP Turbo Tier 4 Diesel Engine 2-Speed Travel Air Intake Heater (Automatically Activated) Auxiliary Hydraulics: Variable Flow Backup Alarm Power Bob-Tach Bobcat Interlock Control System (BICS) Controls: Joystick Style with Hand Lever and Foot Pedal for Engine Speed Control Dual Steering Modes: All-Wheel Steer Mode Skid-Steer Mode Enclosed Cab with Air Conditioning & Heat Engine/Hydraulic Systems Shutdown Horn Instrumentation: Hourmeter, Engine Temperature & Fuel Gauges, Warning Lights Lift Arm Support Lift Path: Vertical Lights, Front & Rear Operator Cab Includes: Adjustable Suspension Seat, Dome Light, Electrical Power Port, Top & Rear Windows, Seat Bar and 3-Point Seat Belt Roll Over Protective Structure (ROPS) Falling Object Protective Structure (FOPS) Parking Brake: Spring Applied, Pressure Released (SAPR) High Flow Hydraulics Sound Reduction Hydraulic Bucket Positioning Deluxe Instrument Panel Keyless Start Attachment Control Kit Cab Accessories Package Heated Air Ride Suspension Seat - Cloth Turf Tires M0287-R09-C12 1 Telematics US M0287-R51-C02 1 Engine Block Heater 80"" C/I Heavy Duty Bucket (vii) Date(s) and place(s) of delivery and acceptance and FOB point. Provide delivery of item within 90 days of award of the Purchase Order. Place of Delivery/Acceptance: Mountain Home National Cemetery 53 Memorial Ave., Bldg 117 Mountain Home, TN 37684 (viii) Provision No. 52.212-1, Instructions to Offerors Commercial, with Addenda below, applies to this acquisition Addendum to Provision No. 52.212-1 Provision No. 52.212-1 is replaced in its entirety by this addendum. Note: This solicitation is a Request for Quote (RFQ). If the terms Request for Proposal or RFP appear in this solicitation, they shall mean RFQ . If the words proposal or offer appear in this solicitation, they shall mean quote . If the terms offeror or offerors appear in this solicitation, they shall mean quoter or quoters . INSTRUCTIONS TO QUOTERS Quote Submission: Quotes will be accepted and considered for an award of a firm-fixed price Purchase Order. Submitted quotes that do not meet the following instructions may be deemed nonresponsive. Quotes shall be submitted: https://fbo.gov Quoters shall note that the approximate email attachment limit is 10 megabytes (5 megabytes for encrypted files). Quoters may have to send more than one email if attachment file sizes are large. It is the responsibility of the quoter to ensure that their quote has been received. Quoters should contact Ms.Tracy Williams at the email address: tracy.williams6@va.gov before the due date and time if they have issues submitting a quote. Please furnish quotations on or before Monday, April 20, 2020 at 10:00AM, EST. Terms and content of your quote. Your quote must be based on the terms of this RFQ. We might reject any quote that is not based on these terms in every respect. Your quote must contain all the information described below. Small Business Status. To submit a quote, you must know whether your company is a small business. The small business size standard that applies to this purchase is stated in paragraph (iv) of this combined synopsis/solicitation along with the North American Industry Classification System (NAICS) code on which it is based. If this combined synopsis/solicitation is for the purchase of supply item(s), the small business size standard is 500 employees if you are submitting your quote in your own name but intend to provide a product that you did not manufacture yourself. Eligible quoters must be registered and verified in the System for Award Management (SAM) and Vetbiz prior to award in the following URLs: https://www.vetbiz.gov and https://www.sam.gov.portal/public/SAM. SDVOSBs must have CVE seal on registration. Your quote should contain your best terms. The Contracting Officer may reject any or all quotes. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing a purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the Sealed Bidding procedures in Part 14 or the formal source selection procedures described in FAR Part 15. Quote Format and Submission Information: Quotes must be submitted on company letterhead. Commercial format is encouraged. All quoters shall include the following information as part of their quote: x Legal Business/Company Name (as listed in www.sam.gov) x DUNS Number x Point of Contact Name x Telephone number x Email Address Quote Contents: x Pricing: o Pricing shall be submitted using the Line Item Schedule in Paragraph (v) o Pricing shall include delivery costs x A detailed description of the product that you will provide, including any product literature you wish to give us. x The terms of delivery firms should specify if their delivery terms are shorter than specified in the RFQ. x The terms of any express warranty. x Firms providing a quote for an equal product shall include the information required under Solicitation Provision No. 52.211-6, Brand Name or Equal (AUG 1999). x Acknowledgment of any amendments to the RFQ. Solicitation Provisions The full text of FAR/VAAR provisions or clauses may be accessed electronically at https://acquisition.gov/comp/far/index.html https://www.va.gov/oal/library/vaar/ The following solicitation provisions apply to this acquisition: VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (Oct 2018) FAR 52.11-6 BRAND NAME OR EQUAL (AUG 1999) (ix) Evaluation Process: Note: The Government will not use the formal source selection procedures described in FAR Part 15. Instead the simplified evaluation procedures under FAR Part 13 will be used. The Government intends to award a firm fixed price Purchase Order resulting from this solicitation to the responsible quoter whose quote conforms to the solicitation that provides the best benefit to the Government, price and other factors considered. Quotes will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which response represents the best as a whole. Quotes will be evaluated by performing a direct comparison of one quote with another in a uniform manner to determine which quote provides the government with its needs, as identified in the RFQ. The government reserves the right to consider a response that offers more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced quoter that provides additional benefits. The following factors shall be used to evaluate quotes: Pricing: The sum of all the CLINs will represent the total evaluated price. The quoted price must be determined to be fair and reasonable in order to be eligible for award. Technical: The capability of the item quoted to meet or exceed the Government s needs, including review of the technical features, compatibility with existing equipment, warranty terms, if any, and delivery terms. SDVOSB Status verification in CVE. Provision No. 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018), applies to this solicitation. Quoters shall fill-in and provide paragraph (b) of the provision if they have completed the annual representations and certifications electronically in SAM (https://www/sam.gov). If the quoter has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of Provision No. 52.212-3. The following clauses apply to this acquisition: The clause at 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017): FAR 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) FAR 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 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 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business (Jul 2016) (DEVIATION) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012) VAAR 852.246-71 REJECTED GOODS (OCT 2018) VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jul 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). 52.223-21, Foams (Jun 2016) (E.O. 13696). 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). End of Addenda Wage Determination: N/A Quotes are due by Monday, April 20, 2020 at 10:00AM, EST The point of contact for this RFQ is Ms. Tracy Williams; email: tracy.williams6@va.gov; End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1c470a219442469183be6a8b11d5a168/view)
 
Place of Performance
Address: 6501 S. States Road 7, Lake Worth, FL 33449-5302, USA
Zip Code: 33449-5302
Country: USA
 
Record
SN05741798-F 20200802/200731230147 (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.