Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2023 SAM #8027
SOLICITATION NOTICE

79 -- Equipment, CYLINDRICAL RIDING AUTO SCRUBBER, Cinci (01/28)

Notice Date
11/17/2023 11:04:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333310 —
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25024Q0120
 
Response Due
12/4/2023 10:00:00 AM
 
Archive Date
12/24/2023
 
Point of Contact
Alice Clark, Contracting Specialist, Phone: (269) 223-5048
 
E-Mail Address
alice.clark@va.gov
(alice.clark@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 3 of 3 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 3 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. Quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ (Request for Quote). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2023-02 (February 14, 2023). This solicitation is for a firm fixed price set-aside: Small Business for brand name or equal commodities. The associated North American Industrial Classification System (NAICS) code for this procurement is 333310, with a small business size standard of 1,000. The FSC/PSC is 7910. The Cincinnati Veteran Affairs Medical Center, 3200 Vine Street Cincinnati, Ohio 45220-2213 is seeking to purchase TWO rider floor scrubbers, to include optional training. The two heavy duty industrial units need to perform on a variety of floor surfaces (marble, tile, linoleum, rubber, waxed and synthetic word grain). All interested companies shall provide quotations for the following list of items: (Note: freight not to exceed $250 for the entire order. If needed, include any additional cost of freight with your pricing.) Item # Manufacturer/Description/Part/Model Number* Qty Price 605V2-25TC CRZ v2.1 25 Cylindrical Rider 2 $0.00 Freight Cost is included in each quote. 2 $0.00 SOW summary: A. Industrial Scrubber Steel, powder coated construction and marine grade rollers bolted onto steel frame Solid black front wheels approximately 10 x 3 , rear wheels 12 x 3 with wires out of the way Parking brakes Operator steel protection apron across the front Narrow frame no larger than 34 (L66 x W34 x H64 ) Power at 0.75 on all gears with a forward speed of approximately 320 ft./min, scrubbing speed of approximately 256 ft./min., and reverse speed of approx. 230 ft./min. Practical productivity approximately 21,661 sq.ft./hr. B. Comfortable Operator Ergonomics and Safety Adjustable steering, adjustable seats with arm rests Safety Lights such as blue spotlight along with traditional white flood lights and flashing yellow beacon C. Space Layout and Obstacles 25 34 cleaning path width D. Solution and recovery tank Tip tank Solution capacity of approximately 33 gallons with a graduated site tube independent from recovery tank Baffle system in recovery tank with a clear lid Retractable faucet hose Solution tank front fill port; all auxiliary fill ports housed under recovery tank Stainless, inline solution flow/filter at approximately 0.7 gpm Twist off solution filters Demisting chamber approximately 130 cubic inches Vacuum power 1.0 hp/2 stage/6.6 with a water lift/airflow of 73 /96 cfm. Antimicrobial tanks E. Customizable Settings Touch screen manager solution lockout with removal key. Controls will have factory-preset program for different zones with user ability to program other floor zones. F. Battery Should run on 36 VDC (volts of direct current) Battery and onboard charger; 335 AGM Run time approximately 6 hours G. Cleaning Power Brush pad system; disk motor 0.75 hp, able to accommodate a variety of disk brush sizes, disk pads, side brooms from 26 up to 34 at a speed of 270 rpm Cylindrical brush system; brush motor 0.75 hp, able to accommodate a variety of cylindrical brush sizes from 25 up to 33 at a speed of 650 to 825 rpm. Brush down pressures from 200 lbs. to 500 lbs. Squeegee attached to frame and can accommodate different types of squeegee (gum, linatex, and urethane), squeegee blade kits from 32 to 45 and squeegee sizes from 32 up to 45 . Blades should be user friendly and easily removed for service and maintenance. Able to clean floors utilizing chemical-free, aqueous ozone with ability to switch to cleaning solution. Valves and pumps are independent with aqueous ozone at the head of the scrub deck and ability to switch without having to power off. LCD/LED indicator to alert if running on chemical or aqueous ozone. H. Optional Training I. Warranty Delivery: Delivery shall be provided FOB Destination within 90 days after receipt of order (ARO). 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 (SEPT 2023) FAR 52.212-3 Offerors Representations and Certifications Commercial Items (NOV 2023) 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. www.sam.gov registration is required to be complete at time of submission of quote. FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2023) Addendum to FAR 52.212-4 FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) VAAR 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) VAAR 852.212-71 Gray Market and Counterfeit Items (FEB 2023) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.246-71 Rejected Goods (OCT 2018) End of addendum to 52.212-4 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (NOV 2023) FAR 52.211-6 Brand Name of Equal (AUG 1999) VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) VAAR 852.272-70 Late Offers (NOV 2021) All quotes shall be sent to the Contracting Specialist, Alice Clark at alice.clark@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. 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 award will be made to the response most advantageous and the BEST VALUE to the Government. Responses should contain your best terms, conditions. Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 12:00 PM EST ON DECEMBER 4, 2023. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail by 12 PM EST on November 28, 2023 to the Point of Contact for this solicitation; Alice Clark, Contracting Specialist, NCO10 Contracting, alice.clark@va.gov. No phone called will be accepted during this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f78cac54996c486db04278294b3d0063/view)
 
Place of Performance
Address: Cincinnati Veteran Affairs Medical Center 3200 Vine Street, Cincinnati, OH 45220-2213, USA
Zip Code: 45220-2213
Country: USA
 
Record
SN06889164-F 20231119/231117230053 (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.